You are on page 1of 162

NATIONAL BANK OF PAKISTAN

LOGISTIC SUPPORT GROUP,


26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

CORRIGENDUM/ EXTENSION NOTICE

Refer to NBP Tender ID: NT-07/05/2018-5 published on 05.07.2018 for bids on official web
sites of NBP & PPRA with opening date of 24.07.2018 for Supply of office furniture
at SMARW Office North G-5/1, Islamabad , New dates for invitation and submission of
bids are as follows:

Bids are now available at the office of VP/ In- charge LSG Lahore during office hours from
today onward on any working day up to 02.08.2018 after paying a tender fee of Rs.1000/-
(Nonrefundable) in favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road,
RHQ Building Lahore. Only companies having valid/active sales tax registration can apply. All
other conditions are the same.

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Monday, August 09, 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate.

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 9911205, 99210641-3422
NATIONAL BANK OF PAKISTAN
LOGISTIC SUPPORT GROUP,
26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

CORRIGENDUM/EXTENSION NOTICE

Refer to NBP Tender ID : NT-06/29/2018-1 advertised on 29.06.2018 for bids on official


web sites of NBP & PPRA with opening date of 16.07.2018 for Supply of office furniture
at NBP SMARW (NORTH) G-5/1 Islamabad , New dates for invitation of bids are as
follows:

Bids are now available at the office of VP/ In- charge LSG Lahore during office hours from
today onward on any working day up to 17.07.2018 after paying a tender fee of Rs.1000/-
(Nonrefundable) in favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road,
RHQ Building, Lahore.

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Tuesday, July 24, 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate.

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 9911205, 99210641-3422
NATIONAL BANK OF PAKISTAN
LOGISTIC SUPPORT GROUP,
26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

National Bank of Pakistan intends to invite bids for the following works from pre-qualified
contractors of National Bank of Pakistan or reputed firms / contractor having relevant works
experience of Construction, Interior decoration and design of Bank & Financial Institutions/
Autonomous Organization/ Multination Companies & Registered with income tax and Sales Tax
Department & Pakistan Engineering Council in Category "C-6" or above. The tenders would be
issued after checking their credentials.

1. Supply of office furniture at NBP, SMARW (NORTH) G-5/1 Islamabad

Bidding documents, containing detailed terms and conditions, method of procurement,


procedure for submission of bids, bid security, bid validity, opening of bid, evaluation criteria,
clarification / rejection of bids, performance guarantee etc. are available for the interested
bidders at the office of VP/ In- charge LSG Lahore during office hours from today onward on
any working day up to 16.07.2018 after paying a tender fee of Rs.1000/- (Non-refundable) in
favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road, RHQ Building,
Lahore.

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Monday, July 16, 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate.

An earnest money amounting to 2% of the tender amount in the shape of payment order / CDR
or Bank Guarantee of scheduled bank in the favor of VP/ In-charge LSG Lahore NBP, must
accompany each tender.

Please note that only registered suppliers, who are on Active Taxpayer List (ATL) of FBR, are
eligible to supply/ services to Government department.

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 99210641
NATIONAL HIGHWAY AUTHORITY
MINISTRY OF COMMUNICATIONS

INVITATION FOR BIDS (IFB)


PROCUREMENT OF OM&M OF TOLL PLAZAS AND COLLECTION OF
TOLL REVENUE ALONGWITH ALLIED SERVICES ON NET FIXED
GUARANTEED BASIS ON LAHORE-ABDUL HAKEEM (M-3 SECTION
PKM) 228 KMs FOR THE PERIOD ENDING 30-06-2019
1. National Highway Authority invites sealed bids on Net Guaranteed Fixed
Revenue Basis (excluding all taxes, duties, charges/levies etc.) for subject
services from bidders who can prove their qualification and eligibility as per
requirement mentioned in Bidding Document for a period upto 30-06-2019. The
list of Allied Services is as follow:

i. Vehicle Recovery Service


ii. Rescue Services and Medical First Aid
iii. Incident Response Management
iv. Fire Extinguishing Services
v. Mechanized Sweeping/Cleaning of Motorway
vi. Mobile Workshops
vii. Operation & Maintenance of Street Lights

Minimum
Number of Toll
Description PEC
Plazas
Category

Lahore-Abdul Hakeem (M-3 Section PKM)


08 O-3 and above
228 KMs

2. Bidding will be carried out by adopting “Single Stage Two Envelope”


procedure.

3. Bidders are required to be registered with Pakistan Engineering Council in


Operator Category as mentioned above for the year 2018, as well as possess
NTN/STN and are on ATL of FBR.

4. Bid Security equivalent to 2% of Bid amount in the form and for the
validity as mentioned in Bidding Documents must be accompanied with
“Financial Bid”.

5. The bidder(s) who are in default with NHA or any other Govt. Deptt. are
not eligible to participate in the bidding. However, the bidder(s) whose case
are/is already sub-judice or dispute is in process at NHA the said bidder(s) shall
not be treated as defaulter(s) and will be considered for qualification subject to
the permission by NHA.
6. Bidding Documents can be downloaded from NHA Website www.nha.gov.pk
w.e.f. 9th July, 2018. This advertisement is also available on NHA and PPRA
websites.

7. All bidders are requested to submit, at the time of bid submission, Written
Confirmation (Power of Attorney) authorizing the person to submit the bid. Written
confirmation from owner/head, authorizing the signatory of the Bid to sign the Bid
must also be accompanied with the “Technical Bid”

8. Sealed bids containing both Technical and Financial bids in separate envelopes
shall be received in NHA Auditorium Islamabad on 23rd July, 2018 until 1100 Hrs.
The Envelope containing Technical bid will be opened on same day at 1130 Hrs in the
presence of the bidders/authorized representative (who wishes to attend). Financial
Bids of only technically qualified bidders shall be opened later, the date of which will
be communicated after evaluation of Technical Bids.

9. The bidder shall provide an undertaking on Judicial Stamp paper duly


notarized that the bidder is not defaulter of any Govt. Deptt. including NHA, as well as
not blacklisted anywhere from Pakistan.

10. Repair/Maintenance (Upkeep) works pertaining to toll plaza will be carried out
by O&M Contractor as mentioned in RFP/bidding document.

11. The bidders providing unsubstantiated and / or incorrect information are liable
to legal action and disqualification.

12. The Authority reserves the right to reject all bids at any time prior to the
acceptance of a bid in accordance with PPRA’s Rules 2004 (as amended in 2008).

General Manager (Revenue)


National Highway Authority
28, Mauve Area, G-9/1, Islamabad.
Phone No. 051-9260190 Fax. 051-9261116
Websites: www.nha.gov.pk, www.ppra.org.pk
GOVERNMENT OF PAKISTAN
PAKISTAN ORDNANCE FACTORIES
WAH CANTT
INVITATION TO BID

1. POFs-(SUPPLY CHAIN MGT. Deptt) invites sealed bids from the original Manufacturers /
Authorized Dealers / Suppliers registered with income tax and sales tax Department for
supply 09 Items of Electrical Store against T.E. #.0068-LP-CMC-44-PUR-D, Dt. 19-07-
2018.

2. Bidding documents containing item wise detail, specifications and all other terms &
conditions are available for the interested bidders at the office of the undersigned OR can
also be downloaded from POF Website (www.pof.gov.pk) free of cost.

3. The bids completed in all respect, must reach this office on or before DT. 16-08-2018,
but not later than closing time 12:00 hrs. The tenders will be opened at 12:30 hrs on the
same date.

Director-Supply Chain Management


Tel: 051-905521088
Fax:051-9314100
procurement@pof.gov.pk
Pir Mehr Ali Shah
Arid Agriculture University Rawalpindi
Murree road shamsabad Rawalpindi.
051-9292098, Fax 051-9292107
Public / Open Auction of Surplus/Unfit Animals

1. PMAS-Arid agriculture university Rawalpindi intends to auction of following


items through Public/Open Auction method as on where basis (detail available at site).

Sr.# Name of Item Qty


01 Adult Female Sheep 12
02 Adult Male Sheep 03
03 Adult and young Female Goat 10
04 Adult and young Male Goat 08

2. The mentioned items can be inspected at University research farm PMAS-Arid


Agriculture University at Koont Mandra Chakwal road on any working day latest by 15th
day from the date of printing of advertisement in the PPRA website. The Public Auction will
commence on the same day at 1100 Hours in the University research farm PMAS-Arid
Agriculture University at Koont Mandra Chakwal Road. The Auction Notice is also
available on University website.
3. The participants have to provide copy of valid CNIC.
4. Successful/highest bidder shall have to deposit 10% of the highest bid amount
at the spot for each item as security (Non Refundable), failing which the bid shall be
rejected, token money of the bidder shall be forfeited and items shall be presented
again for auction at the end.
5. The successful/highest bidder shall deposit the remaining bid amount within 10
(Ten) days after approval of the bid by the Competent Authority.
6. Open Public Auction on item to item basis will be held on 15th day from the date of
printing of advertisement on the PPRA website at 1100 hours in the University research
farm PMAS-Arid Agriculture University at Koont Mandra Chakwal Road by the
Authorized University Auction Committee in the presence of Eligible Bidders. Bidders
will provide copy of valid CNIC, complete address, email and telephone/mobile cell
numbers.
7. Government Tax (s) will be charged as per prevailing Government Rules.
8. The items shall be handed over to successful/ highest bidder after full payment,
depositing of Taxes in FBR or the total amount of taxes will be deposited in the
university treasurer office.
9. The university Reserves the right to accept or reject any or all bids as per PPRA
rules and to withdraw any item before Public auction.
10. Queries (if any) can be cleared at the spot, thereafter, no objection shall be
entertained and decision of Auction Committee shall be final.
___________________________________________________________________________
Convener Auction Committee
051-9292098
Scanned by CamScanner
TENDER NOTICE
PROCUREMENT OF LABORATORY / PATHOLOGY ITEMS &
X-Rays Films
UNDER FRAMEWORK CONTRACT FOR FINANCIAL
YEAR 2018-19
The THQ Hospital Jampur invites sealed bids from eligible bidders/suppliers for supply of lab
items/ X-rays Films to meet the requirement of T.H.Q Hospital Jampur. Detailed description/
specs and quantities of material are given in the Bidding Documents

Sr. No. Detail of Tender Closing Date & Opening Date &
Time Time
1 Framework Contract for 11:00 am 11:30 am
Procurement of Lab / Pathology & 13-8-2018 13-8-2018
X-Rays Films items FY 2018-2019
Interested eligible bidders may get the Bidding Documents at the address mentioned below on
submission of written application along with payment of non- refundable fee of Rs. 1000/-.
Bidding Documents shall be issued from the office of procurement officer. However, a copy of
the Bidding Documents is also available for information only on the websites of Punjab
Procurement Regulatory Authority (www.ppra.punjab.gov.pk).
Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per Punjab
PPRA Rule-2014.
Bids must be delivered to the address below at or before 11:00 am on 13-08-2018. Bid security
of 2% of the estimated price in the shape of call deposit should be attached with the financial
bid. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives
who choose to attend at the address below at 11:30 am on 13-08-2018. The Bidders are
requested to give their best and final prices.

MEDICAL SUPERINTENDENT
THQ HOSPITAL JAMPUR, DISTRICT RAJANPUR

CONTACT 0604- 567431 EMAIL: thq.hospital.jampur@gmail.com


The Islamia University of Bahawalpur
University online: www.iub.edu.pk

Tender Notice
INVITATION FOR BIDS
Sealed Tenders separate for each category from GST & Income Tax registered Manufacturer
Firms or their Authorized Distributors/Dealers/Suppliers are invited for I.T Items, Fodder
Items, Furniture Items, Horticulture Items, Sports Items, Electric Items,
Service/Maintenance of HVAC Air Conditioners and Services of Security Camera on
item rate basis for Various Departments of the Islamia University of Bahawalpur as per
details given below during current financial year (2018-19) on FOR basis.

Tender Category (Specifications in Tender Estimated Cost Bid Security


No. Documents) (CDR)
A I.T Items: Rs. 99,50,530/- Rs. 1,99,011/-
B Fodder: Rs.75,00,000/- Rs.1,50,000/-
C Furniture: Rs. 65,73,191/- Rs. 1,31,464/-
D Horticulture Items: Rs.40,40,460/- Rs.80,809/-
E Sports Items: Rs.16,25,000/- Rs.32,500/-
F Electric Items: Rs. 13,47,000/- Rs. 26,940/-
G Service/Maintenance of HVAC Air Rs.500,000/- Rs.10,000/-
Conditioners
H Services of Security Camera (CCTV) Rs.3,50,000/- Rs.7,000/-
1. Interested bidders may get the Tender Documents containing detailed specifications,
terms and conditions from the Purchase Section, Treasurer’s Office Abbasia Campus
(Old), the Islamia University of Bahawalpur during office hours 8:00 A.M. to 4:00 P.M.
on submission of written application on letter head and a copy of CNIC OR can be down
loaded from the IUB Website www.iub.edu.pk or PPRA website
www.ppra.punjab.gov.pk on payment of (non refundable fee) Rs.1000/- (separately for
each category) through Bank challan HBL in A/C 14730000010403 or pay order in the
name of the Treasurer Islamia University of Bahawalpur for bidding document.
2. 2% bid security of the total estimated cost as mentioned above separately in each
category (Refundable) in shape of CDR shall be attached with the bid, otherwise bid will
be rejected.
3. Single Stage – Two Envelopes bidding procedure will be adopted as per PPRA Rules
38- 2(a) for the category (A- I.T items, B- Fodder, C- Furniture Items, D-
Horticulture Items, E- Sports Items, F- Electric Items, G-Service/Maintenance of
HVAC, H- Services of Security Camera CCTV). The Envelopes shall be marked as
“TECHNICAL PROPOSAL” AND “FINANCIAL PROPOSAL” in legible letters.
Financial Proposal of bids found technically non-responsive shall be returned un-opened.
4. Procurement shall be governed under the Punjab Procurement Rules 2014.
5. The rates should be quoted inclusive all taxes. Copy of paid bank challan Professional tax
also be Provided.
6. The procuring agency may reject all bids or proposals at any time prior to the acceptance
of a bid or proposal. The procuring agency shall upon request communicate to any
bidder, the grounds for its rejection of all bids or proposals, but shall not be required to
justify those grounds.
7. Tender should reach in the Treasurer’s Office upto 10.08.2018 by 11:00 A.M. Tenders
will be opened on the same day at 11:30 AM in the presence of bidders or their
representatives.
8. All bids submitted after the given time, incomplete and alternate bidding shall not be
accepted.
9. All prevailing taxes will be applicable as per Govt. Rules & Regulations, i.e. (Sales tax,
income tax & payable tax on service under PRA (if applicable).
10. The rates should be valid upto 90-days from the date of opening the tender.
11. In case of closed/forced holidays, tender opening time/date will be considered as the next
working day. Treasurer
The Islamia University of Bahawalpur
Abbasia Campus, Bahawalpur.
IPB-694 Phone: 062-9250245, 9250328
Scanned by CamScanner
PROJECT MANAGEMENT UNIT
PUNJAB SPORTS BOARD, LAHORE
GOVERNMENT OF THE PUNJAB

PREQUALIFICATION OF CONTRACTORS
Project Management Unit (PMU) is in the process of developing sports facilities throughout the Punjab
Province. Prequalification applications from contracting firms are invited for following works:
“Construction/ Completion of International Squash Complex at Nishter Park Sports Complex, Lahore &
Construction/ Completion of Boxing Gymnasium at Nishter Park Sports Complex, Lahore”
Applicants will be required in their submission to demonstrate extensive experience of relevant
construction. The estimated construction duration of the contract is about 08 months (approx) and it is
expected that the ‘Invitation for Bids’ will be made in September, 2018.
Interested eligible firms may obtain further information from the office of undersigned and obtain the
Prequalification Documents at the address given below during office hours on all working days with effect
to publication. The Prequalification Documents in the English language, may be purchased by interested
eligible firms may be obtained from the address given below upon payment of non-refundable fee of
Pak Rs. 2,000/- (Pak Rupees Two thousands only).
The Prequalification documents will only be issued to those firms who have valid PEC Registration in
relevant category & in specialized field.
The documents must be duly completed in the English language and returned to the Project Director, PMU
till 13 .08.2018 upto 3:00 p.m. Prequalification documents received after this deadline will be rejected. The
Pre-Qualification notice can also be downloaded from PPRA Website

(Muhammad Akram Soban)


PROJECT DIRECTOR
National Hockey Stadium, Ferozpur Road, Lahore
Ph: 042-99232144 Fax: 042-99232142

‘Say No to Corruption’
13cm x 3col

Pre-Qualification
of Industries/Establishments
Punjab Skills Development Fund (PSDF) is a section 42 not-for-profit company established under the
Companies Ordinance 1984 by Government of the Punjab in partnership with the UK’s Department for
International Development (DFID). PSDF funds vocational training and intends to improve income
generation capacity of the residents of the Punjab.
The objective of Pre-qualification is to ensure that Industries / Establishments having adequate
capacity to provide skills training are invited to submit technical and financial Proposals in upcoming
schemes of PSDF.
Eligibility to Apply:
Please check detailed eligibility criteria in Pre-qualification Document available on PSDF website.
Pre-qualification Document:
The form for submission can be downloaded from PSDF website: http://www.psdf.org.pk (select
“Downloads” tab and then “Service Procurement” tab).
Capacity Building Session:
Interested organisations can get themselves registered for Capacity Building Session by following Link:
https://goo.gl/forms/cjwBFyP0ywg6ANoq1 available on PSDF website.
Last Date for Submission:
Completed form along with all required supporting documents must be submitted by September 10,
2018 before 05:00 PM on the address mentioned below.

Punjab Skills Development Fund


21-A, H Block, Dr. Mateen Fatima Road, Gulberg II, Lahore, Pakistan.
Tel: 042-111-117-733 | Fax: +92- 42-35752190
/punjabskillsdevelopmentfund | www.psdf.org.pk
PUNJAB INDUSTRIAL ESTATES
DEVELOPMENT AND MANAGEMENT COMPANY
PIEDMC OWNED BY THE GOVERNMENT OF THE PUNJAB
ELECTRICAL POWER PROJECT
PUNJAB INDUSTRIAL ESTATES
DEVELOPMENT AND MANAGEMENT COMPANY

CONSULTANCY SERVICES
REQUEST FOR QUOTATION
FOR HOARDING FLEX REPLACEMENT
Punjab Industrial Estates Development and Management
Company (PIEDMC) was established by Govt. of the Punjab, to
facilitate the industrial growth of Punjab.
¤PIEDMC invites quotations from eligible Vendors to submit their
quotations for hoarding flex replacement (size 35 x 40) situated at
PIEDMC One Window Service Center, Quaid-E-Azam Industrial Estate
Kot Lakhpat Lahore.
¤The RFQ documents can be obtained from PIEDMC Head Office or
downloaded from PIEDMC and PPRA websites, free of cost.
¤All Bids must be accompanied by a Bid Security of Rs. 5000/- (which is
within 05% of the Estimated Cost) in the form of CDR/ Pay Order/
Demand Draft in favour of PIEDMC.
¤The Quotations should reach the undersigned by 1200 hrs on 9th
August, 2018 and will be publically opened at 1230hrs on the same day.
¤Contract will be awarded under Least Cost method as per PPRA
Rules.

General Manager (Marketing & Admin)


PIEDMC, Head Office:
Commercial Area (North), Sundar Industrial Estate, Sundar - Raiwind Road, Lahore.
Phone No. : 92 42 35297203-5 Fax No. : 92 42 35297207
URL: www.pie.com.pk
GUJRANWALA WASTE MANAGEMENT COMPANY

TENDER NOTICE
PROCUREMENT OF SERVICES (2018-19)
GWMC invites eligible and well reputed Firms/Companies/Service Providers who are registered with
relevant Tax Departments and having experience in the relevant field, to indicate their interest for the
provision of following services;

SR. Proc.
DESCRIPTION OF SERVICES BID SECURITY
No. No.
HIRING THIRD PARTY SERVICES FOR THE PROVISION
OF TECHNICAL LABOR
1. 287
Rs. 5,00,000/-
(Refundable)
{Drivers (HTV & LTV) and Technicians}
{No. of required workforce 120 (05 & 115) and 19}

Interested Firms/Companies/Service Providers should provide their Technical and Financial Bids with
relevant documents, demonstrating that they have the required qualifications, financial soundness and
relevant experience to provide the above-mentioned Services. Single Stage Two Envelope bidding
procedure shall be applied as per PPRA Rules 2014.

The Bid Security for the sum of PKR 500,000/- (which is Refundable and within the 5% of the Estimated
Value as Per Rule # 27 of PPRA Rules, 2014) in the form of CDR/ Bank Draft/ Pay Order in favor of
Gujranwala Waste Management Company must be submitted with the Bid, without this, the offer shall be
rejected being non-responsive (A copy of Bid Security must be attached with Technical Bid).

The detailed tender document may be obtained from the office of GWMC, immediately after publication
of this Tender Notice, after written submission of application in the name of MD, GWMC, at the cost of
Rs. 2,000/- (Non-Refundable) during office hours or can be accessed online for information at
www.ppra.punjab.gov.pk, www.gwmc.com.pk . Late bids shall be rejected. Bids of only those bidders
shall be entertained who purchased the tender document.

The bids must be received by 10:00 hours in the office of GWMC by registered post/courier or delivered
in person on or before August 11, 2018. The Technical bids will be opened on the same date at 10:30hours
at the below mentioned address in the presence of bidders or their authorized representatives who choose to
attend, with their original CNICs.
Managing Director
Gujranwala Waste Management Company (GWMC),
2nd Floor Gujranwala Chamber of Commerce & Industry,
Chamber Plaza, Aiwan-e-Tijarat Road, Gujranwala
Phone: (+92-55) 9200863, Fax: (+92-55) 9201265,
Email: info@gwmc.com.pk
TENDER NOTICE
FRAMEWORK CONTRACT OF LOCAL PURCHASE OF MEDICINES & DISPOSABLES
FOR THE YEAR 2018-2019 (Govt. Eye Cum General Hospital GOJRA)
Sealed bids, on single stage, two envelope basis are hereby invited from income tax registered firms for
“Framework contract of local purchase of Medicines & Disposables” for Govt. Eye Cum General
Hospital GOJRA. Bids should reach the undersigned on 15/08/2018 at 12:00 pm. Bids will be opened on
same day at 12:30 am in the presence of bidders or their representatives who may choose to be present.
Bidding documents can be collected from undersigned office after the publication of this advertisement on
submission of written application along with the Bid fee of Rs 1000/- (non-refundable) during the working
hours.

Sr # Name of items Bid security of Last Date of Tender Opening


estimated cost Receipt & Time Date & Time
(PKR)
1. Day to day Medicines & 15/08/2018 12:00 15/08/2018 12:30PM
Disposables 100,000/- PM
2. Zakat Medicines & 20,000/- 15/08/2018 12:00 15/08/2018 12:30PM
Disposables PM

Conditions:

 Bid security in the form of CDR i.e. Brank Draft, Pay order in favor of MEDICAL
SUPERINTENDENT Govt. Eye Cum General Hospital GOJRA.
 Other details of terms and conditions are mentioned in the Bidding document.
 A single firm can apply for more than one serial # item, in that case provide specs and rates offered
on separate letter heads duly stamped and signed.
Note : All assessments and procuring procedure i.e. receiving , opening and awarding etc. shall be governed
by the Punjab Procurement Rule 2014. In case of any conflict between Bidding documents and PPRA Rules
2014, the rules shall prevail.
The tender notice is available for information and can be downloaded from the website of
www.ppra.punjab.gov.pk

MEDICAL SUPERINTENDENT
Govt. Eye Cum General Hospital, GOJRA
TEL : 046-9200091
EMAIL: govt.ecghgojra@gmail.com
GUJRANWALA WASTE MANAGEMENT COMPANY

REQUEST FOR TENDER


PROCUREMENT OF TYRES (2018-19)
Gujranwala Waste Management Company (GWMC), established under Section 42 of companies
Ordinance 1984, invites eligible, well-reputed and experienced Firms/Companies/Contractors/Suppliers,
registered with relevant Income Tax & Sales Tax departments, to indicate their interest in providing the
following;
SR. No. Proc. No. DESCRIPTION OF GOODS BID SECURITY

1. 293
PROCUREMENT OF TYRES FOR OPERATIONAL Rs. 20,000/-
VEHICLES OF GWMC (Refundable)

Interested Bidders shall provide their Technical and Financial Bids with Bid Securities (which is within
the 5% of the Estimated Value as Per Rule # 27 of PPRA Rules, 2014) in the form of CDR/ Bank Draft/
Pay Order in favor of Gujranwala Waste Management Company and must be submitted with the Bid,
without this, the offer shall be rejected being non-responsive and with documents demonstrating that they
have the required Qualifications, Financial Soundness and Relevant Experience to provide the above
mentioned services. ‘Single Stage Two Envelope’ bidding procedure, shall be adopted as per PPRA
Rules, 2014.

The detailed Tender documents, may be obtained from the office of GWMC immediately after publication
of this Tender Notice, after written submission of application in the name of MD, GWMC at the cost of
Rs. 500/- (Non-Refundable), during office hours or can be accessed online at www.ppra.punjab.gov.pk,
www.gwmc.com.pk. Late Proposals will be rejected. Bids of only those bidders will be entertained who
purchased the Tender document.

The bids must be received by 1100 hours in the office of GWMC by registered post/courier or delivered in
person on or before August 09, 2018. The Technical Proposals will be opened on the same date at 1130
hours at the below mentioned address in the presence of bidders or their authorized representatives who
choose to attend, with their original CNIC.
Managing Director
Gujranwala Waste Management Company (GWMC),
2nd Floor Gujranwala Chamber of Commerce & Industry,
Chamber Plaza, Aiwan-e-Tijarat Road, Gujranwala
Phone: (+92-55) 9200863, Fax: (+92-55) 9201265,
Email: info@gwmc.com.pk
OFFICE OF THE PRINCIPAL SAHIWAL MEDICAL COLLEGE SAHIWAL
!!BEIrAl-CdA!1!l!A!p!14!!s4!
TENDERNOTICE
r, rir srhnvrl Medic. CoLllgc Sohisal ALlicd Hdspikls ivir.s *'led bids fbm ft! nnns havi"g
'nd
rn,hlnhdl credcrrls ii tnnsof l.chji cr. fin cirlMd Min.ggirl}nr20l3 l9 for rhc prrhasc.ffo lo\v rg
L$\u! nuri.,.d ir dcrai belN:

rl!!.ht!s hglp]]d

I hter€sted / elgible biddeG mav aet the bidding documenls.ontainina ierms and conditon5 and
detaled specifi.atons from rhe Purchase 5ecton ol sahiwal Medical colle8e sahwal & Alled
Hospit. on the subm sslon of wrnten applcation with l0 copy on payment of Rs 1000/ {non_

refundable) as lender lee durng working houts The sdding documents are availabe for sale
mmediatayafterthedateof publcationof the nvitationtobrd
2 SngleSlase Two Envslopes bidding procedure rhal be app ied. The envelope5 shallbe marked as

financialproposalandtechnicalpfoposalnbockandlegibeetter.FinanclalproposalotthebddeB
found techni.al y nonjerpons ve willbe.eturned unopened to th€ respecuve bidde6.

3.5ealedbidrararequiredtobebroughtinpe6onbylheauthorizedrepresentatveofrheinterested
biddere on the proposed daier and to be dropped n lhe tender box by the closing t me The lat€

arrivah aid blds rend by post will not be entertained. The tende6(technical ofiets) will be opened

by the purchase committee ln prerenc€ ol lhe b dde6 or then authorized asents(lt avallabr€)in the

committee room ofSah wa MedkalCollege5ahwal

4. The Eamest money @ 02% of estimared prce in shape oi ca I Deposit ssued ln favor of Princpal
sahiwa Medi.alCo e8esahiwalshould beattachedwiththetenderdocumenrsfinanca ofte..

5 Procuremenr sha be gov€rned uider the Puniab Procuremeni Rues 2014Tender Notice mav rre

5een on PPRAweb s te (ww. oora.ouniab Fov.pk)


6 'Ihe procuringageicy mry reject a bldsor proposar at anyume prorto th€ acceptanceofa bid or
proposa. The procufng .gency sha upon request conmunicat€ to anl concerned bldder, the

srounds for lts rejection olbids or pfoposa s, but is not r€quired tojunifythose srounds
- qui'v
^.hqrc". -d o-d-'o. drpnp uo-ed nrhd-arde.c
-

:-z:>+trl
IhUHAMMAD ARSHAD qURESII4'

SAHIWAL 'RINCIPAL
MEDICAL COLLEGE,
SAHIWAL t040.4502571)
S--.'-
Invitation for Bids

The Medical Superintendent THQ HOSPITAL KOT ADDU invites sealed bids from interested firms/agencies of
repute with financially sound background involved in running institutional Pharmacy business/Chain of
Pharmacies/Distributors having a valid Retail drug sale license for supply of drugs/medicines/surgical Disposables
for contract of Local Purchase of Bulk medicines for the year 2018-2019.
Tender

Sr. No. Detail Tender Fee


opening date

Frame Work contract for Local 10-08-2018


1. Purchase of Medicines (Bulk & Day to Day) Rs. 1000/-

1. Separate Bids will be given for following Medicines on basis of Maximum Discount from retail price.
• Multinational companies
• National Companies Medicines
• Separate quotations are required for individual surgical items.
2. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures
specified in the Punjab Procurement Rules PPRA 2014 (amended Jan 2016), and is open to all eligible bidders
as defined in the bidding document.
3. Interested eligible bidders may obtain bidding documents and further information from the office of
undersigned on submission of written application along with payment of non-refundable fee of RS. 1000/-
(One Thousand Only). Bidding documents are available till 10-08-2018 up to 11:00 am from office of
Procurement Officer, THQ Hospital KOT ADDU
4. Biding documents are also available on Punjab Procurement Regulatory Authority website
(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
5. Bidding Documents must be accompanied by a Bid Security valid for 120 days in the form of CDR, Pay
Order, Demand Draft, from a Scheduled Bank of Pakistan.
6. A single package containing separate technical and financial bids duly completed, signed stamped. sealed in
conformity with Tender Document should reach the office of the undersigned on or before 10-08-2018 at
11:00 a.m. Technical proposals will first be opened by the Procurement Committee at 11:30 a.m. on the same
day in the office of medical superintendent THQ hospital, Kot Addu. Only the firms who are technically
qualified shall he invited for the opening of their financial bids in the presence of such representatives of the
bidders who care to be present at that time.
7. Bids which are incomplete, un-sealed, un-satisfied and un-stamped or not in accordance with the specified
mode will not be considered.
8. The bidders are requested to give their best and final prices as no negotiations are expected.
9. Taxes will be deducted as per applicable government rules.
10. NTN and Sales Tax registration certificate must be provided. For obtaining any further information or
clarifications, please contact at the following.

The Medical Superintendent


THQ Hospital Kot Addu .
Government of Punjab
Tel: 0662243119
CORRIGENDUM
Reference to Tender Notice dated 11-July-2018 as amended with corrigendum dated
18-July-2018 for Procurement of IT Equipment following amendment has been made :

Dated: 27 July, 2018

INVITATION TO BIDS
1. The bids submission time is here by extended, therefore, para no. 8 of the tender notice is
replaced as follows:
“The bids, prepared in accordance with the instructions contained in the bidding
documents, must reach at Office of Punjab Journalist Housing Foundation at
Ghumman Plaza, 2/39 Noon Avenue, Muslim Town Morr, near Punjab College, Canal
Bank Road, Lahore Ph: 042-99332218 latest by 03 rd Aug, 2018 till 10:30 AM. Bids will
be opened on the same day at 11:00 AM.”
2. Rest of the terms and conditions provided in the said Tender Notice shall remain same.

3. For obtaining any further information or clarifications, please contact the person named
below:

PROCUREMENT DEPARTMENT
PUNJAB JOURNALISTS HOUSING FOUNDATION
Ghumman Plaza, 2/39 Noon Avenue, Muslim Town Morr, near Punjab College, Canal
Bank Road, Lahore. Ph: 042-99330318-19
Email: pjhf.procurement@gmail.com
CORRIGENDUM
Reference to Tender Notice dated 12-July-2018 as amended with corrigendum dated
18-July-2018 for Procurement of Software ERP System following amendment has been
made :

Dated: 27 July, 2018

INVITATION TO BIDS
1. The bids submission date is here by extended from 27-July-2018 to 03-August-2018. Bid
submission time shall remain same i.e. 10:30 A.M.
2. Rest of the terms and conditions provided in the said Tender Notice shall remain same.
3. For obtaining any further information or clarifications, please contact the person named
below:

PROCUREMENT DEPARTMENT
PUNJAB JOURNALISTS HOUSING FOUNDATION
Ghumman Plaza, 2/39 Noon Avenue, Muslim Town Morr, near Punjab College, Canal
Bank Road, Lahore. Ph: 042-99330318-19
Email: pjhf.procurement@gmail.com
NATIONAL BANK OF PAKISTAN
LOGISTIC SUPPORT GROUP,
26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

CORRIGENDUM/ EXTENSION NOTICE

Refer to NBP Tender ID: NT-07/05/2018-4 published on 05.07.2018 for bids on official web
sites of NBP & PPRA with opening date of 24.07.2018 for Supply of office furniture
at Audit and Inspection Office North G-5/1, 2nd Floor Islamabad , New dates for invitation
and submission of bids are as follows:

Bids are now available at the office of VP/ In- charge LSG Lahore during office hours from
today onward on any working day up to 02.08.2018 after paying a tender fee of Rs.1000/-
(Nonrefundable) in favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road,
RHQ Building, Lahore. Only companies having valid/active sales tax registration can apply. All
other conditions are the same

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Monday, August 09, 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate.

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 9911205, 99210641-3422
NATIONAL BANK OF PAKISTAN
LOGISTIC SUPPORT GROUP,
26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

CORRIGENDUM EXTENSION NOTICE

Refer to NBP Tender ID : NT-06/26/2018-1 published on 26.06.2018 for bids on official


web sites of NBP & PPRA with opening date of 12.07.2018 for Supply of office furniture
at Audit and Inspection Office North G-5/1, 2nd Floor Islamabad , New dates for invitation
of bids are as follows:

Bids are now available at the office of VP/ In- charge LSG Lahore during office hours from
today onward on any working day up to 17.07.2018 after paying a tender fee of Rs.1000/-
(Nonrefundable) in favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road,
RHQ Building, Lahore.

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Tuesday, July 24, 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate.

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 9911205, 99210641-3422
NATIONAL BANK OF PAKISTAN
LOGISTIC SUPPORT GROUP,
26-MCLAGON ROAD, RHQ BUILDING, LAHORE
INVITATION FOR BIDS

National Bank of Pakistan intends to invite bids for the following works from pre-qualified
contractors of National Bank of Pakistan or reputed firms / contractor having relevant works
experience of Construction, Interior decoration and design of Bank & Financial Institutions/
Autonomous Organization/ Multination Companies & Registered with income tax and Sales Tax
Department & Pakistan Engineering Council in Category "C-6" or above. The tenders would be
issued after checking their credentials.

1. Supply office furniture at NBP, Audit and Inspection Office North, G-5/1, 2nd floor
Islamabad

Bidding documents, containing detail terms and conditions, method of procurement, procedure
for submission of bids, bid security, bid validity, opening of bid, evaluation criteria, clarification /
rejection of bids, performance guarantee etc. are available for the interested bidders at the
office of at the office of VP/ In- charge LSG Lahore during office hours from today onward on
any working day up to 05.07.2018 after paying a tender fee of Rs.1000/- (Non-refundable) in
favor of VP/In- charge LSG, National Bank of Pakistan 26-Mclagon Road, RHQ Building,
Lahore

The bids, prepared in accordance with the instructions in the bidding documents, must reach at
the office of the VP/ In-charge LSG Lahore 26-Mclagon Road, RHQ Building, Lahore on or
before Thursday, July 12 2018 at 11.30 hours. Bids will be opened on the same day at 12.00
hours in the presence of tender opening committee and contractors, who wish to participate

An earnest money amounting to 2% of the tender amount in the shape of payment order / CDR
or Bank Guarantee of scheduled bank in the favor of VP/ In- charge LSG Lahore NBP, must
accompany each tender.

Please note that only registered suppliers, who are on Active Taxpayer List (ATL) of FBR, are
eligible to supply/ services to Government department

ALLAH DITTA
VP/ IN- CHARGE LSG
COORDINATOR (NORTH)
26-MCLAGON ROAD, RHQ BUILDING
FOURTH FLOOR LAHORE
PH.042 99210641
c)Eilrfre'F'
t
(cDNIJ.,g1s$13.&

J ) e t : g t t, Lzo t
t L,g j, G e,| 1l39-lr-v t Y, uf e t 4 (n
a- t s J v (Jt /- V o

, N tt tt z-,.t c,t7t;h G 4, 4 z b i/./*


t st I u I u 1Q t r, Q i L L r ( ., Q I st O t
cl

tl(nri*L1 1:30 am ggn1p{t,f{'6,iLtf'tlJ l1:00 am 1 oto}tzolS,,r


"?".

-4Vl-/,,t,!'trr!
,.tr ,Vtl,P tLlP tL)Vfu,rv ,P/
tj'lL u u I ooo*vt,>V n /: g,t 1 t?t fi ,.Evlr.,t/;,Ut l(
tJ 1

- ?{V 1
yv- i,,; p$t i.$ (ru tttrt
Qt 6ftUli 2
Qt ,vto,v 3

-fut tnfu- /1 L,lu 1! L L o " 6, l4i, {. LU, :,,& : ;, N,- v (


t
i- tr, )
4
t
-1

- tln i J. v,j-t U,,t,ot u L gr, fit,J zo 1 s o .,;io,) v t)t tu t ; {, I : d, ; r,q


t .2
",)
- vtrg 0 n e,.,, el 0 //,>,,8f v J ?l,* {,1,,.t ;, i! .3

- *V 0
"9tie$U O,* 7{t
(' Lt t :: Q
(, }t :r,t 19 vn fl ,} t)ttS ) .4

i, A t rl 1 3,& DD o f tt u B..Q(; u 1,5o,ooorfi,t ; t7- i | 6t7 L, N .5

-*Vc" -(J,) ,/I


-fu:,) i,)v, N 6 {,v )Vi J Q. .6

-fu"J i *v, Nvt i6ty,,ft- u',r oiq vtvt ; .7

- t {, $ O L /, 7 t, P"JLP P RA rute{., N I a y 4,,{,1. LV. a i, G D V 8

,Ja',/U{ttt
L
(cDDJrve,:$$,#
05811-922307
BAHRIA UNIVERSITY
Discovering Knowledge
Islamabad Campus

TENDER NOTICE

RENOVATION OF WASHROOMS IN SIR SYED BLOCK

No. BUIC/DD/Washroom /2018 Dated: 24 July 2018

1. The Bahria University Islamabad Campus invites sealed bids from firms, the original
manufacturers/their authorized distributors/suppliers in Pakistan registered with Income Tax Dept.
for Renovation of washroom in Sir Syed Block at Bahria University Islamabad Campus.
2. Interested eligible bidders may purchase a complete set tender documents separately for
the subject work containing detailed terms and conditions & specification from Procurement Office
located at Gymnasium basement of BUIC (Tel: 051-9260002 Ext: 305) on submission of written
application on company letter head supported by copy of NTN & GST certificates against payment
of non-refundable fee in shape of cash of Rs. 1000 /- (Rupees One Thousand Only) till
10 August 2018.

3. Single stage-one envelope methodology shall apply. Sealed bids supported by earnest
money @ 2.5% of the total bid value in the shape of pay order/demand draft/call deposit in favour
of Bahria University Islamabad Campus should reach with the bid on/or before 1100 hours by
13 August 2018. A Sealed Bid Box is placed at Gym basement. The tenders will be opened on the
same date at 1130 hours in the presence of the bidders/their authorized representatives, who may
choose to be present. Conditional/incomplete bids will not be considered. Bids received late from
closing date and time will not be entertained.

4. The bidders are requested to give their best and final prices inclusive of all taxes and
transportation cost etc. The Bahria University may reject all bids or proposals at any time prior to
the acceptance of a bid proposal by invoking rule 33 of PPR – 2004.

5. Further information for any query or technical clarification, if any, may be contacted on
phone No 9260002 Extension 481 from Cdr (Retd) Habib Ur Rehman T.Bt DD (A & C).

DIRECTOR ISLAMABAD CAMPUS


Bahria University, Islamabad Campus
Sector E-8, Shangrila Road, Naval Complex, Islamabad
Tel: 051-9260002 Extension: 305, FAX: 051- 9260889
Scanned by CamScanner
Scanned by CamScanner
Invitation to Bid
COMSATS University (CU), Islamabad a public sector organization invites sealed bids from the
original manufactures / authorized / distributors / suppliers registered with income Tax and Sales Tax
Departments and on active taxpayers list (ATL) of FBR for
Supply of Laser Jet Printer.
2. Bidding documents, which are containing detailed terms and conditions method of procurement,
procedure for submission of bids, bid security, bid validity, opening of bid, evaluation criteria,
clarification / rejection of bids, performance guarantee etc. are available for the interested bidders at
“Purchase Office 2nd Floor Faculty Block-II, CU Islamabad”. Price of the bidding documents is Rs.
1000/- in shape of pay order/DD in favor of CU, Islamabad.

3. The bids, prepared in accordance with instructions in the bidding document, must reach at
Procurement Office 2nd Floor Faculty Block-II, CU Islamabad on 15-08-2018 at 1030 hrs. Bids will be
opened the same day at 1100 hrs. This advertisement is also available on PPRA website at
www.ppra.org.pk.

Deputy Treasurer (P)


Purchase Office
nd
2 Floor, Faculty Block-II
COMSATSUniversity,
Park Road, Islamabad
Ph: 051-9049 (Ext-5509, 5154)
Fax: 051-9247006
GOVERNMENT BOYS DEGREE COLLEGE, SKARDU
INVITATION FOR BIDS
PROCUREMENT OF COMPUTERS, EQUIPMENT AND ACCESSORIES
Ref No: GBDC-IT 3(32)/2004
Government Boys Degree College Skardu invites sealed bids from eligible bidders /
authorized distributors/ suppliers/reputed firms for procurement of branded computer
hardware, equipment and accessories as mentioned below.
S.No Items Description Quantity Required
1 Branded Desktop Computer Intel Pentium Core-i5, 40
7th Generation or above with keyboard and mouse
2. Widescreen LED HD monitors 19 inches 40
3. Multimedia Projector 1
4. Laser jet Printer 1
5. Gigabit Wireless Access point 1
6. Wireless Booster 1
2. Intending bidders may obtain Biding documents containing detailed specifications of
items and detailed terms and conditions from the office of the undersigned during office
hours on payment of Rs 1000/-.
3. Single stage-two envelopes procedure shall apply. “Technical”&“Financial” Bids in sealed
and separate envelopes, prepared in accordance with the instructions in the bidding
documents, must reach at the office of Principal Government Boys Degree College,
Skardu up to 18th August 2018 till 11:00 AM.
4. The sealed “Technical Bids” received will be opened on the same day at 11:30 AM in the
presence of the bidders or their authorized representatives, who may choose to be
present.” Financial Bids” of technically qualified (i.e. compliant to technical specifications
and other terms & conditions) bidders shall be opened subsequently.
5. Earnest money @3% of quoted amount must be attached with the tender documents in
form of demand draft/ pay order/call deposit in the name of Principal Degree College
Skardu from any schedule bank.
6. An affidavit on stamp paper of RS. 100/- must be accompanied with the bid to the effect
that the bidder has not been blacklisted by any Government/Semi-Government
Organization/ PPRA.
7. The purchaser reserves right to accept or reject the tender according to PPRA Rule-33(1).
8. This advertisement is also available on PPRA’s website i.e. www.ppra.org.pk

Principal
Government Boys Degree College, Skardu
Ph:05815-960243, Fax:05811-960057
NO. AB/Cash/Notice/2017-18/560
GOVERNMENT OF GILGIT-BALTISTAN
OFFICE OF THE EXECUTIVE ENGINEER
B&R DIVISION GB PWD GILGIT

Dated 25th July, 2018


NOTICE INVITATION OF BID

Subject: INVITATION FOR BIDS

Gilgit Baltistan Public Works Department (GBPWD), Gilgit Region, invites sealed bids
from eligible Firms/Constructors licensed by the Pakistan Engineering Council in the appropriate
category C-6 & above for the following works: -

Date & Date &


Estimated 2% bid
S.# Name of work Time of Time of
Cost security Closing opening
R/M of Govt Vehicles at Gilgit (minor repair of
Govt vehicle under B&R Division GB PWD 13-8-2018 13-8-2018
01. 2,75,933/- 5519/-
Gilgit (ch to: 3% contingencies of the scheme 10:30 AM 11:00 AM
“Const: of NALC Secretariat Ph-II)
R/M of Govt vehicles (Replacement of Tyres
and Battery of Vehicle No.GLT-C-500 Vego
13-8-2018 13-8-2018
02. for Minister Works) (ch to:3% contingencies 1,42,100/- 2842/-
11:30 AM 12:00 PM
of the scheme “Imp/Wid/Metalling/Const: of
roads in constituency No.3)
R/M of Govt vehicles (Minor Repair of Govt
vehicles No. GLT-E-72 under B&R Division 13-8-2018 13-8-2018
03. 2,33,750/- 4675/-
Gilgit) (ch to: 3% contingencies of the 12:30 PM 1:00 PM
scheme “Const: of NALC Secretariat Ph-II)
Supply of computer with accessories for legal
advisor office & supply of computer with
13-8-2018 13-8-2018
04. accessories for auditor Circle office Gilgit (ch 2,10,300/- 4206/-
1:30 PM 2:00 PM
to: 3% contingencies of the scheme “Const:
of NALC Secretariat Ph-II)

2. Bidding documents can be obtained from the office of the undersigned on cash payment as shown
against each work (not refundable) on any working day upto one day before the date of opening of bid, as
per following terms and conditions: -
i. Bidding documents shall be issued to the Govt. Constructor in person on production of original CNIC,
PEC Registration certificate 2018 and renewal fee receipt 2018-19 of Works Department GB.
ii. Bidding documents shall be issued to constructors in personal as per relevant category.
iii. Constructors /Firms should provide 2% bid security as mentioned against each in shape of deposit at
call, pay order and bank draft in the name of Executive Engineer B&R Division GB PWD Gilgit from
any schedule bank of Pakistan.
iv. Bidding documents shall not be issued to constructors who have delayed already awarded projects.
v. No Bid will be sold on the date of opening of Bid.
vi. Bidding documents will not be issued who have involved in any litigation with the department or
blacklisted.
vii. Conditional bid will not be accepted.
viii. Rates quoted by constructor below 10% of technical sanctioned estimated will submit 50% of
differential amount in shape of CDR in the name of Executive Engineer B&R Division Gilgit alongwith
the bidding documents.
Note: The Procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or
proposal under the provision of Rule-33 of PPRA Rules 2004.

(ENGR: ALI MUZAFFAR)


Executive Engineer
B&R Division GB PWD Gilgit
Distributions:-
1. Chief Engineer Works Department, Gilgit Region.
2. Superintending Engineer Circle Office GB PWD Gilgit
3. Deputy Director PPRA Islamabad (with request to publish the notice on website).
4. Office Notice Board
GOVERNMENT OF GILGIT-BALTISTAN
OFFICE OF THE EXECUTIVE ENGINEER
WATER & POWER DIVISION
GILGIT

NO EE/WP/CASH/ADV/2016-17/1107 Dated 24th July, 2018

NOTICE INVITING TENDER

Tenders for the mentioned work are hereby invited from approved Government
contractors/firms of the department on the date and time mentioned below
which will be opened by the undersigned in the presence of contractors or their
authorized agents who choose to attend:-

Date/time Cost
S. Estimated 2% Date/Time
Item of work of of
# cost E/M of Receipt
opening tender
G&D of EE at 01 MW
Jalalabad (Repair/rewinding of
13.8.2018 13.8.2018
1 50 KVA step down transformer 230250 4605 (10:00 AM) (10:30 AM)
300/-
Installe at Muhammmadabad
Khari Oshikhandass)
G&D of EE at Danyore (S/F of 13.8.2018 13.8.2018
2.
Maintenance materials)
222000 4440 (11:00 AM) (11:30 AM)
300/-
G&D of EE at 01 MW
13.8.2018 13.8.2018
3. Jalalabad (Repair/rewinding of 147350 2947 (12:00 PM) (12:30 PM)
300/-
transformers)
G&D EE at Juglote Sai (S/F of 13.8.2018 13.8.2018
4.
maintenance materials)
231000 4620 (1:00 PM) (1:30 PM)
300/-
G&D of EE at Bagrote (Supply 13.8.2018 13.8.2018
5.
of maintenance materials)
212850 4257 (2:00 PM) (2:30 PM)
300/-
G&D of EE at Kargah
14.8.2018 14.8.2018
6. Complex (S/F of maintenance 239000 4780 (10:00 AM) (10:30 AM)
300/-
materials)
Restoration of head work at 01 14.8.2018 14.8.2018
7.
MW HPS at Haramosh
248400 4968 (11:00 AM) (11:30 AM)
300/-
Restoration of Head wrok 04 14.8.2018 14.8.2018
8.
MW Juglote Gah
230000 4600 (12:00 PM) (12:30 PM)
300/-
G&D of EE at Kargah
Complex (S/F of Maintenance 14.8.2018 14.8.2018
9.
material & repair of generator
242900 4858 (1:00 PM) (1:30 PM)
300/-
shaft & fly wheel for Phase-VI
G&D of EE at 850 KW Parri
(Repair/Rewinding of 50 KV 14.8.2018 14.8.2018
10.
step down transformer at
188900 3778 (2:00 PM) (2:30 PM)
300/-
Soniwall Muhalla Parri)
G&D of EE at 01 MW
15.8.2018 15.8.2018
11. Haramosh (Repair/rewinding 200450 4009 (11:00 AM) (11:30 AM)
300/-
of transformer)
G&D of EE at Danyore
(Repair/rewinding of step 15.8.2018 15.8.2018
12
down transformer i/c S/F of
235700 4714 (12:00 PM) (12:30 PM)
300/-
maintenance materials)
G&D of EE a Juglote Sai (S/F 15.8.2018 15.8.2018
13
maintenance materials)
199300 3986 (1:00 PM) (1:30 PM)
300/-
G&D of EE at Danyore (S/F of 15.8.2018 15.8.2018
14.
4 core cable 4-37/0.083)
225000 4500 (2:00 PM) (2:30 PM)
300/-

Cont:-2-
P-2-

TERMS AND CONDITION:-

1. Registration with Pakistan Engineering Council in relevant category duly


renewed for 2017-2018 is pre requisite for issuance of tender form.

2. Receipt of registration for the year 2017-2018 is compulsory for the


issuance of tender form.

3. Tender forms can be obtained from the office of the undersigned i.e Water
& Power Division Gilgit located Near Eidgah Konodas Gilgit on cash payment
(non –refundable) during office hours.

4. Contractor/firm should provide 2% earnest money of the estimated cost in


the shape of call deposit in the name of Executive Engineer W&P Division Gilgit
from any schedule Bank of Pakistan.
5. No litigation certificate
6. No tender will be sold on the date of opening tender.
7. Conditional tenders will be rejected.

EXECUTIVE ENGINEER
Ph.# 05811-920748/920313
Fax.# 05811-922523

Distributions:-
1. Chief Engineer W&P Deptt. Gilgit Region..
2. Supdtg: Engineer Circle Office Gilgit.
3. Contrs. Association Office Gilgit.
4. Office Notice Board
GOVERNMENT OF GILGIT-BALTISTAN
OFFICE OF THE EXECUTIVE ENGINEER
W&P DIVISION ASTORE

N0.EE-W&P/AB/2016-2017/ Dated 19th July,2018

SUBJECT: NOTICE INVITING TENDER


Sealed tender is hereby invited from the approved Government Contractor/Firms
of W&P Department/ GB PWD for below mentioned Work of W&P Division Astore.

S. Name of work Estimated 2% Cost of Date of Date of


Cost Earnest Tender Issue opening
#
(In Million) Money Form
1. Purchasing of Motor
Cycle (Honda-125) 03-08-2018 03-08-2018
196500 3930 300
for Water & Power 10:00 AM 10:30 AM
Division Astore.
2. Generation/Distributi
on of Electric Energy 03-08-2018 03-08-2018
216000 4320 300
at Astore(02MW 10:30 AM 11:00 AM
Perishing)

2. Terms and conditions


a. Registration with Pakistan Engineering Council in relevant Category duly
renewed for the year, 2017-18.
b. Receipt of renewal fee for the year, 2017-18.
c. Earnest money (2%) must be provided with bidding documents.

Executive Engineer
Water & Power Division Astore
Phone #.05817-922086
Fax # 05817-922087

Copy for information to:


1. The Superintending Engineer W&P Circle Diamer-Astore Region
2. Deputy Director(M&IP) public procurement authority 1st floor PBL building near
state bank sector G-5/2 Islamabad
3. Office Notice board
GOVERNMENT OF GILGIT-BALTISTAN
OFFICE OF THE EXECUTIVE ENGINEER B&R
DIVISION GB PWD GILGIT

No. AB/Cash/Notice/2018-19/ 559 Dated 25th July, 2018

Subject: INVITATION FOR BIDS

Gilgit Baltistan Public Works Department (GBPWD), Gilgit Region, invites sealed bids
from eligible Firms/Constructors licensed by the Pakistan Engineering Council in the appropriate
category C-6 & above for the following works: -

Scheduled date
Estimate 2% Bid Cost of
d Cost Security Bidding Date &
S.# Name of work Date &
(Rs. In (Rs. In documents Time of
Time of
Million) Million) (Rupees) Closing
opening

Const: of 50MT capacity seed store 28-8-2018


1 2.980 0.060 1500 28-8-2018
at Gilgit. 11:00 AM
10:30 AM

28-8-2018
2 Revival of Damote Polo Ground 7.468 0.149 1500 28-8-2018
11:30 AM
12:00 PM
Const:of Truckable 22 ft wide road
from FC HQ to Khari and link road
28-8-2018 28-8-2018
3. 16.5 ft wide from Alsaba chowk to 7.760 0.155 1500
12:30 PM 1:00 PM
Khari Sonikote water pump

Const: of Play grounds at Tehsil Level in


GB (Const: of Play ground at Parri 28-8-2018
4 Bangla)
8.062 0.161 1500 28-8-2018
1:30 PM
2:00 PM
Const/Widening/Metalling of road at 28-8-2018 28-8-2018
5 11.258 0.225 3000
Rahimabad Gilgit 2:30 PM 3:00 PM
Up-Gradation of C class dispensary
Rahimabad Gilgit into A class 31-8-2018 31-8-2018
6 8.943 0.179 1500
dispensary 10:30 AM 11:00 AM

Creation of IT Division at CPO Gilgit 31-8-2018 31-8-2018


7 23.844 0.477 3000
11:30 AM 12:00 PM
Up-Gradation of FAP to C class
Dispensary at Sakwar and FAP to A
31-8-2018 31-8-2018
8 class Dispensary at Minawar 4.790 0.095 1500
(C class dispensary at Sakwar) 12:30 PM 1:00 PM

Up-Gradation of FAP to C class


Dispensary at Sakwar and FAP to A
31-8-2018 31-8-2018
9 class Dispensary at Minawar 8.691 0.174 1500
(C class dispensary at Minawar) 1:30 PM 2:00 PM

Up-Gradation of FAP to C class


Dispensary at Sakwar and FAP to A
31-8-2018 31-8-2018
10 class Dispensary at Minawar 3.679 0.074 1500
(C class dispensary at Sakwar (Cat-IV 2:30 PM 3:00 PM
Qtr)
Const: of C class dispensary at
4-9-2018 4-9-2018
11 Jutal Paeen Gilgit 4.174 0.083 1500
10:30 AM 11:00 AM
Up-Gradation of C class dispensary to A
4-9-2018 4-9-2018
12 class Dispensary at Falkan Damote 9.240 0.185 1500
11:30 AM 12:00 PM
Strengthening of Special Branch,
Const. of Special Branch Offices at
Ghizer, Diamer & Skardu, Police 4-9-2018 4-9-2018
13
Station at Phander and Check Posts
4.729 0.095 1500
12:30 PM 1:00 PM
at Kachura & Naltar (Check post at
Nalter).
Continued on Page-2
Page-2

Estimate 2% Bid Cost of Scheduled date


d Cost Security Bidding
Name of work (Rs. In (Rs. In documents
Date & Date &
S.# Time of Time of
Million) Million) (Rupees)
Closing opening
Const: of Police stations in 03 Districts
of Gilgit Baltistan (Const: of Excise 4-9-2018 4-9-2018
14 police station at Gilgit)
13.235 0.265 3000
1:30 PM 2:00 PM

Re-Const: of Inspection Banglows at


Chirah Bagrote and Sassi 6-9-2018 6-9-2018
15 9.266 0.185 1500
Haramosh(Re-Const:of Inspection 10:30 AM 11:00 AM
Banglow at Chira Bagrote)
Re-Const: of Inspection Banglows at
Chirah Bagrote and Sassi
6-9-2018 6-9-2018
16 Haramosh (Re-Const. of 9.255 0.185 1500
11:30 AM 12:00 PM
Inspection Banglow at Sassi
Haramosh)
Const: of Residential facility at
6-9-2018 6-9-2018
17 Divisional level for Excise and 8.881 0.178 1500
12:30 PM 1:00 PM
Taxation officers.
Establishment/Const of tourist
6-9-2018 6-9-2018
18 facilitation centre on KKH (Const: of 2.730 0.055 1500
1:30 PM 2:00 PM
Tourist facility centre at Sakwar).

2. Bidding documents can be obtained from the office of the undersigned on cash payment as shown
against each work (not refundable) on any working day upto one day before the date of opening of bid, as
per following terms and conditions: -
i. Bidding documents shall be issued to the Govt. Constructor in person on production of original
CNIC, PEC Registration certificate 2018 and renewal fee receipt 2018-19 of Works Department GB.
ii. Bidding documents shall be issued to constructors in personal as per relevant category.
iii. Constructors /Firms should provide 2% bid security as mentioned against each in shape of deposit
at call, pay order and bank draft in the name of Executive Engineer B&R Division GB PWD Gilgit from
any schedule bank of Pakistan.
iv. Bidding documents shall not be issued to constructors who have delayed already awarded projects.
v. No Bid will be sold on the date of opening of Bid.
vi. Bidding documents will not be issued who have involved in any litigation with the department or
blacklisted.
vii. Conditional bid will not be accepted.
viii. Rates quoted by constructor below 10% of technical sanctioned estimated will submit 50% of
differential amount in shape of CDR in the name of Executive Engineer B&R Division Gilgit
alongwith the bidding documents.
Note: The Procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or
proposal under the provision of Rule-33 of PPRA Rules 2004.

(ENGR. ALI MUZAFFAR)


Executive Engineer
Ph#: 05811-920311
Fax#: 05811-920587
Distributions:-
1. Chief Engineer Gilgit PWD Gilgit.
2. Superintending Engineer GB PWD Gilgit Circle.
3. Deputy Director Press Information Cell GB Gilgit.
4. Deputy Director PPRA Islamabad (with request to publish the notice on website).
5. Gilgit-Baltistan Contractors Association.
6. Office Notice Board
7. Office Copy.
CENTRAL POWER GENERATION COMPANY LIMITED
Appointment of Consultant
CPGCL is in a process to obtain the All Risk Insurance cover for its Thermal Power Station
located at Guddu through M/s. National Insurance Company Limited. In this regard, the
services of consultant are required to perform the following tasks:

1. To review the Insurance policy as & when arranged by M/s. NICL.


2. To help the CPGCL for obtaining the best suitable Insurance policy.
3. Pursuing the case till finalization and guide for saving on the premium levied by NICL.

Technical and Financial proposals (in separate sealed envelope) are invited from the
Consultants having substantial expertise / experience and fulfilling the below mentioned
criteria:

 Registered/Licensed with Security Exchange Commission of Pakistan.


 Experience with power sector is preferable in similar field.
 The proposal should also include the profile or the organization, total staff strength,
qualification, individual capacities & experience of staff members.
Other Terms and Conditions:
 Tender documents can be obtained from the office of the
1. Chief Executive Officer, GHCL, 1st Floor OPF Building, Sector G-5/2, Islamabad.
2. General Manager (Thermal) 197-WAPDA House, Lahore
3. Resident Representative WAPDA, 50-B-1, Block-6, P.E.C.H.S, Karachi.
4. Chief Engineer/T.D, CPGCL, GENCO-II, Thermal Power Station, Guddu.
After payment of Rs. 1,000/- per tender (non-refundable) up to a day before tender opening
date.

 The Bid must accompany with Bid Guarantee / CDR for an amount of 05% of the bid
amount issued by any schedule Bank of Pakistan on specified Performa with Bid validity
for 120 days from the date of opening of Bid.
 Conditional tender or tender without Bid Guarantee will not be accepted.
 The Competent Authority reserves the right to reject all bids or proposals at any time
prior to the acceptance of a bid proposal under PPRA Rules.
 Proposals/Tender must reach in the office of Chief Engineer / Technical Director,
CPGCL, GENCO-II, Thermal Power Station, Guddu Distt: Kashmore on 07.08.2018 at
13:00 Hours and will be opened at 15:00 Hours in the presence of authorized
representatives of the bidders.

For further detail information, contact on any working day during office Hours.

Muhammad Ayub Ansari


General Manager / Chief Executive Officer
Tel: 0722-679088 Fax No. 0722-578328
CENTRAL POWER GENERATION COMPANY LIMITED
cHC&
NORTHERN POWER GENERATION COMPANY LTD.
Tel.061/45471760 OFFTCE OF THE
66/9200165 CHIEF EXECUTIVE OFFICER
Fax.066/9200166 (cENcO-ulTpS, M.GARH _ PUNJAB
PAKISTAN
NO. cEOlMzGi RE(o&M)4Store reS-6BiE.E/BS7lg _Bl! Dared:- ?B / 6.+ /?!l!
The Doputy Di.ectoril,
Public Procurement Regulatory Authority,
1st Floor FBC Buildlng Nea, State Bank,
S.ctor G-5I2, lslamabad.
1e|92-51-920-57 -26
Fax:92-51-921-91-49.

subject- @|TEMSFORELECTR|CAL
SECTIOIi AT Ul{lT-.. TPS..MUZAFFARGARH

Please arrange, to publish the subject Ouotation on ppRA website. euotations are hereby invited for
procurement of following items. Please submit your quotation upto 09 08.2018 at 1100 H rs.
Quotation will
be opened on dt: 09082018 at 1130 H.s. euotation fee is Rs.Soo/-(Non-refundable) whose deposit
receipucDR or Bank Drafl in the favour of CEO (cENCO- t) shoutd be attached with your offer.
Bid/Eamebt Money equal to 5olo of the totat offer must be submitted with the qugtaiion jn the shape of
CDR or Eank Draft in lhe favour of CEO(GENCO-lll), otherwise quotation will nol be entertained.

Sr. Description ot Material Qtv Unit


No
BATTERY IDE N 250 wlTH CHARGING {31
1
PLATES) 02
2 BEARING 631222 SXF 04
3 IL ITH 40 Ll1
BRACKET FAN 18 INCH 02
Total
17% GST
G.and Tota,
Terms & Conditions:
The supply will be subiect to the generat conditjons of contract for WApDA,/PEPCO purchases and the
following special condilions:
1- Delivery period: Two week from the dale of issue of purchase order.
2- T€rms of delivery: F O.O.S, at Store Unit-4, TpS WAPDA [4uzaffargarh.
3- Consignee: Plant lvlanager (O&M) Unit-4 TPS Muzaffargarh
4- lnspection of Material. lnspection of the rnaterial will be carried out by the
5- Representative ofthe Ptant lvtanager Uni!4,or E E Un t-4
l
cENCO- NpGCL, TpS Muzaffargarh
6- Payment. You wi be entifled to 1OO% payment on rcce pt of
Complete Mate.al againstyour BILL n TRtpL|CATE d!ty
supported by the fo lowing documents
a) G.S.T. lnvoice
b) Copy of delivery challan duly acknowledged by consignee
c) Certificate to the effect thal the billed amount has not been claimed or received earlier.
d) lnspection certificate issired by Section lncharge /tnspecting Officer.
e) The payment of your invoices wil be made after release of funds from our Head Ofiice
7- An attested copy ot registration certificate of sales tax deparlment government of pakistan &
NTN shal attach with offered quotaton.

Gw ^8.g\
lf you fail to deliver the stores or any consignment thereof with tn the specified deliver period
the purchase shall be entitled to recover from you iquidated damages levied at the rate of
02olo Per month or paat thereof
Total amount of the tems/bid wil be trealed inclusive 170lo cST and a I other Govt.Taxes etc
Bidders are advised to send their quotation under sealed cover, clearly mentioning the
Quotation No , date and time of opening wh ch should be addressed to ptant Manager (O&M)
Unit No.4, IPS, [4 Garh
l0- The bidder musl indicate the validity period of jls offer, which should not be tess than 6o{ays
from the date of open ng of quotation.
11- Rates offered shall be considered as firm and lina. Rate should be mentoned in words as
wellas in fgures

I
Bidders are bound to replace the rejected materialwithin period of 1o-days

Plant Manager (O&M)


Unit#4, NPGCL, TPS,
Muzaffargarh.

c.c To
1. E.E Uniln TPS WGaf)
2 AMA P/H TPS, M/Garh.
3.4.S.M. Urit4, TPS, lr/Garh

SToRE/QS-63/E.E
NATIONAL CENTRE OF EXCELLENCE IN MINERALOGY
UNIVERSITY OF BALOCHISTAN, QUETTA
Telephone No. +92-081-9211285 Fax No. +92-081-9211323

RefNo.CEM/317 /21/18 Dated. 24.07.2018

The Deputy Director


Public Procurement Regulatory Authority
FBC Building Sector G 5/2,
Islamabad.

Subject: - ADVERTISEMENT OF TENDER NOTICE.

Dear Sir,
Please find enclosed herewith the Tender Notice for uploading the same on PPRA
website.

The Bill/Invoice for advertisement may please be furnished to this Office for payment
accordingly.

~~
Prof. Dr. Abdul Salam
Director

Copy to.
1. The Accounts Officer, Centre of Excellence in Mineralogy, UoB, Quetta.
2. Office record
CENTRE OF EXCELLENCE IN MINERALOGY
UNIVERSITY OF BALOCHIST AN, QUETT A

TENDER NOTICE
Tender No. CEM-Dev/4/18
Centre of Excellence in Mineralogy, University of Balochistan, Quetta, invites sealed tenders
from registered and well reputed Government Contractors for repair and renovation of
building and Hostel of Centre of Excellence in Mineralogy (renovation of labs, tiles, painting /
distempering, roof ceiling with lights etc). Detailed specifications are given in the tender
documents. Terms and conditions are given.
1. The PPRA Rules will be followed.

2. ELIGIBILITY: The bidder must have registration of tax authorities and technically
fulfills all the requirements.

3. METHOD OF PROCUREMENT: Single Stage- Two Envelope (Technical and


Financial) Procedure will be followed.

4. EARNEST MONEY:-The interested bidder should submit 5% as earnest money in shape


of Pay Order/Bank Draft in the name of Director, Centre of Excellence in Mineralogy,
University of Balochistan, Quetta.

5. BIDDING / TENDER DOCUMENT:


a). Issuance: Documents will be issued from date of publication till submission date on
Rs.5,000/= from the Office of the Accounts Officer, Centre of Excellence in Mineralogy,
University of Balochistan, Quetta.
b). Submission and Opening: Last date for submission will be 10th August, 2018, at 11:00
AM in the office of the Accounts Officer, Centre of Excellence in Mineralogy, UoB,
Quetta, and will be opened on same day at 11:30 AM in the office of the Director, CEM,
UoB, Quetta, in presence of bidders. Telephonic / telexed / faxed / telegraphic quotation
will not be entertained.

6. CEM, UoB, Quetta, may reject all bids at any time prior to the acceptance of bid (Ref:
PPRA# 33(1).

Note: This Tender Notice is also available on PPRA's website www.ppra.org.pk

Acting Director
Centre of Excellence in Mineralogy
University of Balochistan, Quetta
Telephone No. +92-081-9211285 Fax No. +92-081-9211323
d
1
dd

REGISTERED/IMMEDIATE
Heavy Industries Taxila
Marketing & Procurement
Directorate (CP Branch)
Taxila Cantt, Pakistan
Tel : 051- 9315029
Fax : 051-9315029
5126/RT- 3025/A/2018-19/
03/CP/GF/Proc
23 Jul 2018
To: M/s __________________
Subject: TENDER INQUIRY (FOR BASIS)
1. You are requested to please forward your offer for the following:-

S/No Part no Nomenclature A/U Qty


Proc of Stores for Manufacturing of 125 mm Tank Guns for 110 x Al Khalid- I,
(Phase- II) program, Detail reflected at Annexure “A”

PLEASE ENSURE COMPLIANCE OF THE FOLLOWING:-


2. Participating firms should have not defaulted in any contract with any govt
organizations with in or outside Pakistan.
3. Firm should not be blacklisted in any of the govt organizations with in or outside
Pakistan. In this regard firm should provide “No Blacklisting Cert”.
4. Firms having excellent past record of supply / experience as far as quality and timely
provision of store is concerned will be given preference.
5. In case of indigenous/local manufacturing firms, only those will be considered who
have sound well established technical setup and have local manufacturing capabilities.
6. Rates will be quoted on FOR Taxila Cantt basis. Offer maximum discount while
submitting your quotation.
7. Over writing and cutting of any nature in the quotation will not be accepted.
8. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each
tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I
WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be
written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be
placed in a large envelope bearing complete details of the tender inquiry as under :-
9. Forward your quotation not later than at 1030 hours on 16 Aug 2018. The address
on envelop will be indicated as under:-
2
BID REGISTERED

TENDER INQUIRY NO. 5126/RT- 3025/A/2018-19/03/CP/GF/Proc dated 23 Jul 2018


TO BE OPENED ON 1100 hours on 16 Aug 2018

To: ASSISTANT DIRECTOR (PROCUREMENT)


HEAVY INDUSTRIES TAXILA GATE NO. 1, HRF (T)
FROM: M/s __________________________________
10. Delivery of Tender. The tender/bid will be enclosed in sealed cover which will be
invariably marked with quotation against tender inquiry no. 5126/RT- 3025/A/2018-19/03/
CP/GF/Proc dated 23 Jul 2018 and complete address. The tender if brought by hand, will
be handed over to security staff on duty at Heavy Rebuild Factory HRF (T) Gate No.1 for
placing the same in bid box (available at gate). The bid will not be brought by hand by any
firm while visiting the offices of Assistant Director (Procurement).
11. If, required endorsements are not made on the envelope, bid is liable to be
disqualified. The bid will be opened on 16 Aug 2018 at 1100 hours in the presence of the
available representative of the firms in Central Procurement Branch, Heavy Industries
Taxila. No bid will be entertained / considered after 1030 hours, on the aforementioned
date.
12. The stores are required to be delivered at Taxila Cantt within 36 months from the
date of signing of contract.
13. HIT reserves its right to cancel the bidding process with rejection of all bids giving
reasons but HIT will not be liable to justify such reasons.
14. Please indicate full details (specifications, manufacturers etc) of the stores offered in
your quotation. If required details are found missing, the bid will automatically stand
disqualified and rejected.
15. The stores should conform to prescribed drawing/specifications/sample as provided
by Gun Factory.
16. The store will be packed in standard grade, worthy of transportation by the means
adopted.
17. This inquiry may not be taken as an indication of subsequent supply order and does
not in any way commit HIT to purchase the items offered.
18. In case of failure to supply the stores within stipulated period, liquidated damages at
the rate of 2% but not less than 1% of amount involved per month and max value not more
than 10% of contracted store value or a part there-of will be levied.
3
19. In case of any dispute regarding the terms and conditions and the quality of
stores, the decision of the Chairman HIT will be considered as final and binding on the
suppliers/firms.
20. In case your firm fails to execute the order within the stipulated time and does not
materialize the supply of ordered stores, the supply order/contract will be cancelled at firm’s
risk and expense. Expenditure incurred on the re-purchase of offered stores will be
recovered from your firm under existing procedures.
21. Indenter / purchaser reserves the right to increase / decrease the quantity of items,
placed on the tender without any reference to the firm.
22. Payment will be made by the CMA (DP) Rawalpindi Cantt through cheque against
pre-receipted bill (duly affixed with revenue stamp) alongwith professional tax certificate
(Photocopy attested) of the supplier after delivery and acceptance of stores.
23. All clauses/terms mentioned in this inquiry will be considered accepted by the firm in
case no reference to them is given in the offer.
24. Offers must remain valid for 180 days from the date of opening of the tender.
25. In case firm does not wish to quote then return the tender documents duly signed and
stamped at your earliest.
26. The prices quoted must be firm and final and inclusive of all taxes, packing, handling
charges etc and delivery at HIT Taxila Cantt.
27. Part payment against part delivery is allowed.
28. Please confirm receipt of the tender inquiry immediately and also intimate your
participation or otherwise in this tender inquiry.
29. BGs against Contract Performance/Warranty Period. The Supplier shall
furnish a 10% bank guarantee within one month from the date of signing of the contract
from scheduled bank in Pakistan against the total value of contract excluding taxes/duties.
This bank guarantee will remain valid as per warranty clause (para 35). BG will be released
after completion of warranty period of store.
30. Country of Origin: All countries except India, Israel and Taiwan.

31. Inspection of the store will be carried out at HIT Taxila Cantt.
32. Warranty period will be one year from the date of issuance of CRV of stores.
33. Advance sample must be provided by participating firms alongwith technical
quotation and it must get qualified from QC Department of Gun Factory.
34. Samples for reference will not be handed over by gun Factory, however if drawing is
available then same will be provided to best evaluated bidder.
4
35. All Firms participating in the tender will deposit 5% bid security of total
quoted value in the shape of CDR / bank guarantee addressing to Director Marketing
and Procurement, Heavy Industries Taxila. The bid security will be provided by the
firm in commercial envelope and clear mentioning of same in technical quotation, be
ensured by firm failing which quotation will stand rejected. Bids security will be
returned as under:-
a. Unsuccessful Bidders. Within 15 days of completion/announcement of
the bid evaluation result.
b. Successful Bidders. Upon submission of 10% PBG.
36. “The offered price will be inclusive of 17% GST as imposed by Government of
Pakistan. The offers without the inclusion of 17% GST will not be considered.
37. Integrity Pact will invariably be involved / invoked when the total value of the contract
exceeds 10 million as specified in PPRA Rule 2002-2004.
38. Only registered supplier/person who are on Active Taxpayer List (ATL) of FBR are
eligible to supply goods/services to Government departments. Supplier will submit certificate
to this regard along Technical Quotation.
39. The payment to the registered persons is linked with active taxpayer status of the
supplier as per FBR data base. If any registered supplier is not on active Taxpayer list, his
payment will be stopped till he files his mandatory returns and appear on ATL of FBR.
40. Technical & Commercial Quotations must be provided on CDs in MS EXCEL, MS
WORD or MS ACCESS format alongwith hard copies. Quotations without CDs will not
be entertained. Also ensure following while preparing bids:-
a. Sequence of serial no as given in tender inquiry will not be changed.
b. No serial no will be deleted or short listed in the bid/offer.
41. Eligibility Criteria
a. Participating firms should not have defaulted in any contract with govt
organizations with in or outside Pakistan.
b. Firms should not be blacklisted in any of the govt organizations with in or
outside Pakistan. In this regard firms shall provide “No Blacklisting Cert” on
Judicial Stamp Paper.
c. Only registered supplier/person who are on Active Taxpayer List (ATL) of FBR
are eligible to supply goods/services to government departments. Supplier will
submit certificate to this effect alongwith Technical Quotation.
d. Delivery period will be 36 months from the date of signing of the contract.
5
e. Country of Origin: All countries except India, Israel and Taiwan.
f. Registration with Income Tax Department.
g. Blacklisting from any agency (affidavit to judicial stamp paper to be provided).
h. Postal Order for Rs. 200/- (Rupees Two Hundred) in favour of MD Gun
Factory, HIT Taxila Cantt will invariably be enclosed with the quotation, failing
which the bid will be ignored.

i. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers will not
be accepted.

j. Following confirmation regarding availability of the advance sample will be


endorsed by all bidders in their quotations:-
“It is confirmed that advance sample of the items mentioned in the
quotation are readily available.”

k. Source of Manufacturing. In case of FOR imported items, the firms are


responsible to provide evidence of agency agreement /certificate of
conformance, principal proforma invoice (in original and without price) and
OEM certificate of all the items mentioned in the tender inquiry. Separate OEM
certificates for each/ major assembly will be provided by the firms. The firms
will clearly indicate that all the parts used in the manufacturing (in case of
assembling) are brand new from current production. The firm not providing any
of above mentioned documents will be considered in-eligible and no further
correspondence will be made.

l. The items should conform to the specifications and standards of OEM & must
be qualified by QC department of Gun Factory.
42. Evaluation Criteria
a. Offers of those firms will be given less weightage which are still having
pending supplies of the contracted stores beyond respective DPs against
previous contracts and return of samples issued against previous contracts of
Gun Factory.
b. In case of indigenously / local manufacturer, should have relevant experience
in manufacturing of items, parts duly qualified by HIT.
c. In case of indigenously / locally manufactured items, should have capacity to
manufacture desired number of parts. Capacity for manufacturing of parts will
be verified by team ex Gun Factory during technical scrutiny of offers.
6

d. Qualification Criteria. Participating firms should meet the following criteria with:-
(1) 50% score in every individual category / sub category (except para 42 d
(4) and 42 d (4) (c) i.
(2) 70% aggregate score of all categories.
(3) The scoring would be done as under:-
Ser Description Maximum
Points
(a) Financial Soundnes 30
(b) Past Experience / Record 65
(c) Technical specifications / parameters 05
Total 100

(4) Further details of criteria for each of the above categories are as follows:-

(a) Financial soundness. Credit Marks for financial soundness


of the firm shall be given on the basis of following qualifications:-

Ser Description Maximum


Points
i. Available Bank Credit Line (Authenticated 10
document clearly indicating the given bank
credit line on judicial stamp paper duly
signed by the concerned bank will be
attached).
ii. Working Capital in last 3 years (Third Party 10
generated verifiable audit report to be
provided). Marks will be awarded as per
ratio of working capital of bidding firms vis-
à-vis total value of items quoted by the firm
as per estimated/last purchased rates held
with HIT.
iii. Litigation History where decision went 10
against the firm (affidavit on judicial stamp
paper to be provided). 5 Marks for firms
with no litigation history. 2.5 Marks will be
deducted for each litigation.
Total 30
7
(b) Past Experience /Previous Record. Credit marks for
experience shall be awarded on the basis of following
qualifications:-

Ser Description Maximum


Points
i. Sales of similar nature affected over last 10 25
years (Attested copies of relevant contracts
be enclosed). Marking on sliding scale.
ii. Sales of similar nature in hand. (Attested 15
copies of relevant contract be closed).
Marking on sliding scale.
iii. Past performance on under mentioned
parameters. Negative marking will be done
on poor performance.
aa. Contracted store supplied / concluded
after DP (data will be attached duly
verified from the concerned
procurement agency).
bb. Number of rejections of items in each
contract (data will be attached duly 20
verified from the concerned (5 x each)
procurement agency).
cc. Timely provision of documents / Bank
Guaranty / bid security money (data
will be attached duly verified from the
concerned procurement agency).
dd. No of contracts / items still pending /
beyond DP (data will be attached duly
verified from the concerned
procurement agency).
iv. Status of enlistment with Government 05
Organizations and other agencies (Attested
copies of Registration certificates be
enclosed).
Total 65

(c) Technical Specification / Parameters. Credit Marks shall be


granted on the basis of the following criteria for evaluation of the
technical Bid:-

Ser Description Maximum


Points
i. The items are indigenously manufacture 05
Total 05
8
43. Only affidavits and third party (having no conflict of interest with either HIT or the
bidder) generated / verified documents will be treated as credible evidences for scoring.

44. Contracts will be awarded to best evaluated bidder with highest overall score based
on weightage which will be worked out as under:-

a. Qualification Criteria - 70%


b. Commercial offer / Price - 30%

Note: Technical / Commercial quotation must conform to IT parameters specified in


this tender. The offer will be rejected there in if the said parameters are not complied with.

Major
Acting Assistant Director Procurement
(Jawad Maqsood Butt)
9
Annexure “A”
Detail of Stores for Manufacturing of 125 mm Tk Guns for 110 x Ak Khalid-I,
Phase- II (GP-08) Program

S/No Part No Nomenclature Qty


1 WA321C/08-2 Recoil Piston Rod Nut 132
2 WA321C/08-5 Stop Plate 132
3 WA321C/08-9 Stop Plate 132
4 WA321C/08-10 End Cover 132
5 WA321C/08-11 Spring 132
6 WA321C/08-15 Packing Box Nut Body 132
7 WA321C/08-17 Bush 132
8 WA321C/08-26 Spring 132
9 WA321C/08-27 Moderator Wall 132
10 WA321C/08-29 Moderator 132
11 WA321C/08-41 Spacer Ring 396
12 WA321C/08-47 Oil Seal 132
13 WA301/08-16 Pin 132
14 WA301/08-25 Packing Ring 528
Government of Pakistan
Office of the AIG (General), Islamabad Police
- - - - Tender Notice # 01, F.Y 2018-19 - - - -
PURCHASE OF TYRES/TUBES, BATTERIES & FILTERS FOR MT FLEET

Islamabad Police intends to purchase quality tyres /tubes, batteries & filters
(Oil, Air & Fuel) for use by the official MT Fleet during financial year 2018-19. Interested
bidders having valid NTN / STRN may obtain free of cost tender documents by hand from
General Branch, Police Lines, H-11, Islamabad by giving an application on firm’s letter
head. Bids will not be acceptable without properly issued tender documents. Sealed
tenders on firm’s letter head will be received by hand only till 11:00am on 16 August 2018
(Thursday) and will be opened the same day at 11:30 am. This tender notice may also be
seen on PPRA & Islamabad Police website.

Assistant Inspector General of Police,


General, Islamabad.
(Secretary – Purchase Committee)
Contact for further information: 9258371 (Ext: 124)
INVITATION FOR BIDS
SUPPLY, INSTALLATION, COMMISSIONING, TECHNICAL SUPPORT,
MANAGEMENT AND MAINTENANCE OF AUTOMATIC VEHICLE
CLASSIFICATION (AVC) BASED ELECTRONIC TOLL & TRAFFIC
MANAGEMENT SYSTEM ON NATIONAL HIGHWAYS (N-5) PACKAGE-I & II

1. National Highway Authority invites sealed bids from eligible bidders having PEC
certificate valid for year 2018 in Constructor/Operator category at least having one of the
fields of specialization out of EE Category Minimum PEC O-3/C-3 or above alongwith
eligibility and qualification as mentioned in Bidding Documents for the following packages:
Package – I
Sr. Toll Plaza Lanes
1 Iqbal Shaheed (Mullah Mansoor) 8
2 Harro 8
3 Sangjani 12
4 Mandra 8
5 Tarraki 8
Total (A) 44
Package – II
Sr. Toll Plaza Lanes
1 Jehlum (NB &SB) 8
2 Chenab (NB &SB) 8
3 Gujranwala 12
4 Harrappa 8
5 Khanbela 8
Total (B) 44
2. All companies/firms against whom payments to NHA are outstanding are not
eligible to participate in the bidding, however, the applicants whom cases are subjudice
will not be treated as default and may be considered subject to specific approval from NHA.
3. The RFP shall also be available (free of cost) on NHA’s website
(http://www.nha.gov.pk/en/nha-tender/all-tenders) w. e. f. 22.06.2018. Pre-bid meeting
shall be held on 27.06.2018 at 11:00 hours in NHA HQ, Islamabad.
4. The bidding will be done by adopting PPRA Rule 36(b) Single Stage – Two Envelope
Procedure. The Technical Bids (Including Eligibility Documents) and Financial bids to be
submitted separately as elaborated in “Instructions To Bidders”.
5. The sealed bids, in clearly marked envelopes shall be received in the office of
General Manager (Revenue) till 11:00 hours on 10.07.2018. The Technical Bids will be
opened on the same day at 11:30 hours in NHA Auditorium at NHA, 27 Mauve Area, G-
9/1 Islamabad in the presence of the bidders or their authorized representatives who may
choose to attend.
6. Technical Bids shall be evaluated subject to establishment of eligibility of the
bidders and subsequently financial bids of only technically qualified bidders will be opened
on the date to be announced to them after technical evaluation.
7. NHA reserves the right to reject any or all the bids as per PPRA rules.

General Manager (Revenue)


National Highway Authority
27 Mauve Area, G-9/1, Islamabad
Phone # 92-51- 9260190
Website: nha.gov.pk
CORRIGENDUM-II

SUPPLY, INSTALLATION, COMMISSIONING, TECHNICAL SUPPORT,


MANAGEMENT AND MAINTENANCE OF AVC BASED ETTM SYSTEM
ON NATIONAL HIGHWAY N-5, PACKAGE-I AND PACKAGE-II

Reference IFB and corrigendum-I published in the daily national newspapers dated
21.06.2018, 10.07.2018 and uploaded on websites of NHA and PPRA for the
subject procurement.

1. The last date for submission of bids is extended till 02.08.2018 at 1100
Hours. Moreover, technical proposals will be opened on the same day i.e.
02.08.2018 at 1130 Hours in NHA Auditorium, 27 Mauve Area, G-9/1,
Islamabad.

2. Minutes of the pre-bid meeting & addendum-I are available on NHA website.

3. Other terms & conditions of the IFB will remain unchanged.

General Manager (Revenue)


National Highway Authority
27 Mauve Area, G-9/1, Islamabad
Phone # 92-51- 9260190
Website: www.nha.gov.pk
www.ppra.org.pk
Say No To Corruption
SUPPLY OF Lab EQUIPMENT

School of Civil & Environmental Engineering (SCEE) invites sealed quotations from
Government registered firms having GST , Income Tax numbers and PEC
registered firms for the supply of following equipment:-
Sr Equipment Name
1. HIM-6000 Haz Scanner
2. AqMesh
3. WL-101 Microbalance
Tender document containing terms & conditions along with detailed specifications
of items can be obtained from under mentioned address latest by 16 August 2018
during office hours (0900-1600 hrs) at a cost of Rs. 1000/- (non-refundable) in the
form of cash or pay order / Bank draft in the name of “SCEE-NUST”. The sealed
quotations should reach this office on or before 11:00 AM, 17 Aug 2018 All tenders
will be opened in the presence of respective representatives in SCEE (IESE)
Conference Room at 12:00 PM on same day at NUST, H-12 Sector, Islamabad.

PLPC IESE SCEE


School of Civil and Environmental Engineering (SCEE)
National University of Sciences and Technology (NUST)
Sector H-12, Islamabad
Tel: 051-9085 4207,
051-9085 4366
GOVERNMENT OF PAKISTAN
MINISTRY OF SCIENCE & TECHNOLOGY
PAKISTAN COUNCIL OF RESEARCH IN WATER RESOURCES

INVITATION TO BID

Pakistan Council of Research in Water Resources, a national body working under Ministry of
Science and Technology invites sealed bids from the reputable firms/suppliers registered with
Income Tax and Sales Tax Departments as well as active tax payer for the financial year 2018-19
for Supply of Air Conditioner/DC Inverters.
 
2. Bidding documents, which are containing detailed terms and conditions, method of
procurement, procedure for submission of bids, bid security, bid validity, opening of bid,
evaluation criteria, clarification / rejection of bids, performance guarantee etc. are available for the
interested bidders at Pakistan Council of Research in Water Resources (PCRWR), Khayaban-e-
Johar, H-8/1, Islamabad. Price of the bidding document is Rs. 200 as per Rule 23(5) of Public
Procurement Rules, 2004. Bidding documents can also be downloaded from www.pcrwr.gov.pk
free of cost and deposit a slip of Rs. 200 at the time of submission. 

3. The bids, prepared in accordance with the instructions in the bidding documents, must reach at
Pakistan Council of Research in Water Resources (PCRWR), Khayaban-e-Johar, H-8/1, Islamabad
on or before August 10, 2018 by 11:00 AM. Bids will be opened on the same day at 11:30 AM.

Faizan ul Hasan
Director, PCRWR,
Khayaban-e-Johar, H-8/1, Islamabad
Ph: 051-9101285
Email: faizan_ul_hasan@hotmail.com
PAKISTAN INSTITUTE FOR PARLIAMENTARY SERVICES

SUPPLY OF MISCELLANEOUS/ STORE ITEMS

1
Company Seal: Company Rep’s
Signature…………………………
PAKISTAN INSTITUTE FOR PARLIAMENTARY SERVICES

No.F.1 (3)/2018-19-HR/PIPS Islamabad, the 24th July, 2018

TENDER FOR PURCHASE OF MISCELLANEOUS/ STORE ITEMS

Pakistan Institute for Parliamentary Services (PIPS) invites sealed bids from
reputed firms / contractors having experience in the relevant field registered with
Income Tax and Sales Tax Departments for supply of miscellaneous/ store items.

2. Bidding documents, containing detailed terms and conditions, etc. are


available at office of the Deputy Director (Admin), Pakistan Institute for Parliamentary
Services, Ataturk Avenue, Sector F-5/2, Islamabad. Bidding documents can also be
downloaded from www.pips.gov.pk free of cost.

3. The bids, prepared in accordance with the instructions in the bidding


documents, must reach at Pakistan Institute for Parliamentary Services, Sector F-
5/2, Islamabad on or before August 10, 2018 at 10:30 a.m. Bids will be opened the
same day at 11:00 a.m. This advertisement is also available on PPRA website at
www.ppra.org.pk.

(Syed Waqar Abbas Shah)


Deputy Director (Admin)
Phone: 051-9091326/331

2
Company Seal: Company Rep’s
Signature…………………………
PAKISTAN INSTITUTE FOR PARLIAMENTARY SERVICES

No.F.1 (3)/2018-19-HR/PIPS Islamabad, the 24th July, 2018

TENDER FOR PURCHASE OF MISCELLANEOUS/ STORE ITEMS

Sealed tenders are invited from the reputed firms for supply of miscellaneous/ store items for
the Pakistan Institute for Parliamentary Services (PIPS) for the year 2016-17 to reach the
undersigned on August 10, 2018 at 10:30 a.m. The tenders shall be opened on same day at
11:00 a.m before the Procurement Committee in Seminar Room of Pakistan Institute for
Parliamentary Services, Ataturk Avenue, Near Kashmir House, Sector F-5/2, Islamabad.

CONDITIONS FOR TENDER:


1. Tender documents may be obtained from admin branch of PIPS, Ataturk Avenue,
Near Kashmir House, Sector F-5/2, Islamabad during office hours.
2. Security deposit @ 3% of the total amount (In the form of Bank Draft/pay order) for
supply stationary in favour of the Pakistan Institute for Parliamentary Services will
have to be attached, which in case of unsuccessful tenders will be returned.
3. The prices of tender shall be applicable up to 30th June, 2019.
4. The firms should be reputed having Income Tax and GST registration with proper
shop and telephone facility.
5. Firm will be bound to supply/deliver the goods to PIPS office even on a short notice
using their own transport.
6. The competent authority reserves the right to accept or reject any or all tenders as per
PPRA Rules.
7. This tender notice may be seen on PPRA website www.ppra.org.pk and PIPS website
www.pips.gov.pk.

(Syed Waqar Abbas Shah)


Deputy Director (Admin)
Phone: 051-9091331/326

3
Company Seal: Company Rep’s
Signature…………………………
Pakistan Institute for Parliamentary Services
[Admin Wing]

Part A:

Subject: INVITATION TO BID AND GENERAL INSTRUCTIONS

Dear Sir,

You are hereby invited to submit the tender for the provision of supply of
miscellaneous/ store items in accordance with the description of items at Appendix “A”.

1. Prospective Bidders Should Particularly Note That:


a. Bid Bond through Telex/ Fax shall not be acceptable.
b. The Purchaser does not take any responsibility for collecting the bids from any
agency.
c. Vendor or his authorized representative may attend the tender opening, if desired.
Letter for nominating Representative must be submitted alongwith bid.
d. The Purchaser reserves the right to increase or decrease the quantities and accept
or reject any or all bids or cancel any or all items at anytime without assigning any
reason thereof.
e. Bids should be submitted on the basis of free delivery up to PIPS premises
including all charges i.e. packing, freight, courier charges etc.
f. PIPS reserves the right to evaluate the bids on single item basis. Suppliers are
advised to quote competitive price for all or any items.
g. Successful bidder must have to provide the samples of ordered items if required by
the purchase committee before actual delivery. The acceptance of the stores will be
subject to the inspection by the PIPS authorities.
h. Bids against this tender are invited on Single Stage -Single Envelope Procedure,
i. Signed Copy of this bidding document must be submitted alongwith Bid.

Deputy Director (Admin)


PIPS, Islamabad

4
Company Seal: Company Rep’s
Signature…………………………
Part B:

Instruction To Bidders (ITB):

1. Delivery of Bids: The Proposal is to be submitted as under:-

a. The Proposal indicating the quoted price in figures as well as in words


alongwith essential literature / brochure if any, would be enclosed in an
envelope.

2. Date and Time for Receipt of Bids:

The bid document must reach this office until August 10, 2018 at 10:30 a.m. at the
following address:
Deputy Director (Admin),
Pakistan Institute for Parliamentary Services,
Ataturk Avenue, Sector F-5/2,
Islamabad.
3. Tender Opening:
Tender will be opened on August 10, 2018 at 11:00 a.m. Only legitimate / authorized
representatives of suppliers will be allowed to attend. These representatives should be fully
aware of the details of their supplier’s Proposal and deviation if any. They must be fully
authorized to take decision on the spot on behalf of their company.
4. Validity of Proposal.
The validity period of bids must be indicated and should invariably be not less than
one year from the date of opening.

5. Prices:
a. The prices should be quoted FOR Islamabad basis. Price will be mentioned
separately both in words and figures.
b. The price validity period must be 1 year from the date of opening of Financial
Proposal.
[

6. Taxes:
All prevalent Govt. Taxes will be applicable.

7. Language of Bidding Document:


The bid must be prepared in English language. If supporting documents and printed
literature furnished by the bidder with the bid are not in English language, they must be

5
Company Seal: Company Rep’s
Signature…………………………
accompanied by English translation of the relevant passages.

6
Company Seal: Company Rep’s
Signature…………………………
8. One Bid per Bidder:
Each bidder shall submit only one bid either by himself, or as a partner in a joint
venture. A bidder who submits or participates in more than one bid (other than alternatives
pursuant) will be disqualified.

9. Cost of Bidding:
The bidders shall bear all costs associated with the preparation and submission of their
respective bids and the Purchaser will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
10. Time Limits:
Supplier must provide the time limits about delivery which should in no case be more
than 15 days from the date of issuance of Purchase Order.
11. Terms of Payment:
100% payment will be made within 30 days after the delivery of the supplies.

12. Withdrawal of Proposal:


If the supplier withdraws its Proposal within validity period the competent authority
may place such supplier under embargo for a period, which may be extended up to one year.
13. Photocopies of relevant Documents:
Photocopies of following documents will be provided / attached with Proposal:-
Income Tax No. to be mentioned on the Proposal and copy of Registration Certificate
issued by Sales Tax Department.
14. Disqualification:
Proposals are liable to be rejected if:-
a. Earnest money is not attached with the Proposal.
b. Proposals are found conditional or incomplete in any respect.
c. Received later than appointed / fixed date and time.
d. There is any deviation from the General Instructions.
e. Multiple rates are quoted against one item.
f. If validity of Proposal is not quoted as required.
g. Proposal made through Fax / E-mail / Cable / Telex.
h. If the Proposal is found to be based on cartel action in connivance with other
bidders.

7
Company Seal: Company Rep’s
Signature…………………………
15. Earnest Money / Bid Security:
The Proposal must be accompanied with 3% of the total amount in shape of Bank
Draft / Pay Order in favor of PIPS, Islamabad.
16. Return of Earnest Money:

Earnest money to the bidders will be returned on acceptance of lowest acceptable bid.

18. Rights Reserved:


PIPS reserves full rights to accept or reject any or all Proposals including the lowest,
as per PPRA Rules.
19. Extension in Contract:
The contract period may be extended for one year subject to the mutual consent of
both the parties.

8
Company Seal: Company Rep’s
Signature…………………………
“Appendix A”

9
Company Seal: Company Rep’s
Signature…………………………
GOVERNMENT OF PAKISTAN
PAKISTAN ORDNANCE FACTORIES
WAH CANTT
INVITATION TO BID

1. POFs-(SUPPLY CHAIN MGT. Deptt) invites sealed bids from the original Manufacturers /
Authorized Dealers / Suppliers registered with income tax and sales tax Department for
supply 47 Items of Electrical Store against T.E. #.0086-LP-CMC-49-PUR-D, Dt. 19-07-
2018.

2. Bidding documents containing item wise detail, specifications and all other terms &
conditions are available for the interested bidders at the office of the undersigned OR can
also be downloaded from POF Website (www.pof.gov.pk) free of cost.

3. The bids completed in all respect, must reach this office on or before DT. 16-08-2018,
but not later than closing time 12:00 hrs. The tenders will be opened at 12:30 hrs on the
same date.

Director-Supply Chain Management


Tel: 051-905521088
Fax:051-9314100
procurement@pof.gov.pk
GOVERNMENT OF PAKISTAN
PAKISTAN ORDNANCE FACTORIES
WAH CANTT
INVITATION TO BID

1. POFs-(SUPPLY CHAIN MGT. Deptt) invites sealed bids from the original Manufacturers /
Authorized Dealers / Suppliers registered with income tax and sales tax Department for
supply 67 Items of Electrical Store against T.E. #.0063-LP-CMC-48-PUR-D, Dt. 19-07-
2018.

2. Bidding documents containing item wise detail, specifications and all other terms &
conditions are available for the interested bidders at the office of the undersigned OR can
also be downloaded from POF Website (www.pof.gov.pk) free of cost.

3. The bids completed in all respect, must reach this office on or before DT. 30-08-2018,
but not later than closing time 12:00 hrs. The tenders will be opened at 12:30 hrs on the
same date.

Director-Supply Chain Management


Tel: 051-905521088
Fax:051-9314100
procurement@pof.gov.pk
TENDER NOTICE
Sealed bids are invited for the following:
Tender No. Description Closing Opening Docs.
Date & Date & Value
Time Time (Rs.)
GMP/LP/ Supply of Pressure 8 August 8 August Nil
PPM/S/ Gauge Module 2018 2018
18130583 15:00 hrs 15:30 hrs
GMP/LP/ Supply of of Valve 8 August 8 August Nil
PPM/S/ 2018 2018
18126291 15:00 hrs 15:35 hrs
GMP/GEN/ Supply of Standard 10 August 10 August Nil
PPM/PT Printers and Scanners 2018 2018
18136226 15:00 hrs 15:30 hrs
(RFQ_4298)
GMP/MECH/ Spares for Sale Gas 10 August 10 August Nil
128915/ Compressor Control 2018 2018
2018 panels – GMST 15:00 hrs 15:35 hrs
(RFQ_4303)
GMP/MECH/ Supply of Honeywell 10 August 10 August Nil
PPRA/ Make Spares for 2018 2018
131613/2018 Gambat Field 15:00 hrs 15:40 hrs
(RFQ_4304)
GMP/MECH/ Supply of Gas Cooler 10 August 10 August Nil
PPRA/ Fan Belts for 2018 2018
131618/2018 Mazarani Gas Field 15:00 hrs 15:45 hrs
(RFQ_4305)
GMP/MECH/ Supply of Closing 10 August 10 August Nil
PPRA/ Springs for Nitrogen 2018 2018
10136715/ Booster Compressor 15:00 hrs 15:50 hrs
2018
(RFQ_4308)
GMP/MECH/ Supply of Transmitters 10 August 10 August Nil
PPRA/ for Sales Gas 2018 2018
128959/2018 Compressors - GPF-II 15:00 hrs 15:55 hrs
(RFQ_4309)
GMP/MECH/ Supply of Repair Kit 10 August 10 August Nil
PPRA/ for Morin Actuator 2018 2018
10128961/ 15:00 hrs 16:00 hrs
2018
(RFQ_4310)
GMP/MECH/ Supply of Suction 13 August 13 August Nil
PPRA/ Pressure Gauge - 2018 2018
10130739/ Adhi Field 15:00 hrs 15:30 hrs
2018
(RFQ_4311)
GMP/MECH/ Supply of 13 August 13 August Nil
PPRA/ miscellaneous Spares 2018 2018
128911/2018 for Gambat South Field 15:00 hrs 15:35 hrs
(RFQ_4313)
GMP/MECH/ Supply of Magnetic 13 August 13 August Nil
PPRA/ Pickup for Nuflo 2018 2018
10130436/ Turbine Meter - 15:00 hrs 15:40 hrs
2018 Gambat South Field
(RFQ_4314)
GMP/MECH/ Supply of Spacer and 13 August 13 August Nil
PPRA/ Flange Block Bearing - 2018 2018
106136/2018 Sui Gas Field 15:00 hrs 15:45 hrs
(RFQ_4315)
GMP/MECH/ Supply of Bearings and 13 August 13 August Nil
PPRA/ Seals - Gambat 2018 2018
133603/2018 South Field 15:00 hrs 15:50 hrs
(RFQ_4316)
GMP/MECH/ Crossovers for 13 August 13 August Nil
PPRA/ Oilwell Casing 2018 2018
10120995/ 15:00 hrs 15:55 hrs
2018
(RFQ_4326)
GMP/LPW/ Supply of Crane Tyre 15 August 15 August Nil
PPM/S/PT 2018 2018
18106938 15:00 hrs 15:30 hrs
(RFQ_4333)
GMP/LPW/ Supply of Flange Pipes 15 August 15 August Nil
PPM/S/ 2018 2018
18135898 15:00 hrs 15:35 hrs
(RFQ_4327)
GMP/PRJ/ Supply of Control Valve 15 August 15 August Nil
PPRA/ size 6" for well KDT-45 2018 2018
10128777 15:00 hrs 15:40 hrs
(RFQ_3992)
GMP/PRJ/ Supply of Valves for 15 August 15 August Nil
PPRA/ Purification Plant 2018 2018
10136835 Sui Gas Field 15:00 hrs 15:40 hrs
(RFQ_4336)
PPRA/ Supply of Spares for 16 August 16 August Nil
MECH/ Air Compressor 2018 2018
10131582/ 15:00 hrs 15:30 hrs
2018
(RFQ_4332)

Extension in Bid Closing


and Opening Date
Closing and opening date of following tender has been extended
as follows:
Tender Description Published Revised Revised Docs.
No. On Closing Opening Value
Date and Date and (Rs.)
Time Time
PPRA/ Spares for 25 10 10 Nil
MECH/ Instrument April August August
10082394/ and Plant Air 2018 2018 2018
2018 Compressor 16:05 hrs 16:05 hrs
(RFQ_3303) (Worthington)
Tender documents are available online and bids are also required to
be submitted online through PPL’s e-procurement portal at
https://eprocurement.ppl.com.pk.
For details see ‘Instruction for Bidders Section” of the Tender
documents.
PPL’s e-procurement (Tejari support team)
Tel : +92 21 32271841-4
Mob : +92 21 300 8582161
Fax : +92 21 32271845
E-mail: mw.tejari@zahdangroup.com
www.tejaripakistan.com
Suite# B-601 – 614, 6th Floor
Saima Trade Tower,
I.I. Chundrigar Road, Karachi

General Manager Procurement


Pakistan Petroleum Limited
PIDC House, 4th Floor
Dr. Ziauddin Ahmed Road
Karachi, Pakistan
UAN : +92-21-111-568-568
Fax Nos. : +92-21-35683467/ 35680005
Please do not hesitate to contact PPL’s e-procurement support
team for any queries. PPL reserves the right to reject all bids or
proposals at any time prior to the acceptance of bid(s) or proposal(s).
TENDER NOTICE 28-29/2018
A Public Sector Organization invites sealed tenders from original manufacturers, authorized
distributors, suppliers, registered with income tax department and who are on active tax payer list of
FBR for the supply of following material on FOR Nilore, Islamabad basis, which must reach the
undersigned at 1400 hours on or before due date mentioned against each tender. The tenders will
be opened on the same date at 1430 hours in the presence of tenderers who may care to attend.

Sr. # Tender # Description Tender Fee Due Date


1 28/2018 TE120 Dehumidifier or Equivalent Rs.300/- 16-08-2018
2 29/2018 Epoxy Quoting of the Floor Rs.300/- 16-08-2018

Bidding documents containing complete specifications alongwith terms and conditions can
be obtained upto 01 day before opening of tender, after payment of tender fee in the shape of bank
draft or pay order in favor of Head of Accounts, P.O Box 1482, Nilore, Islamabad) non-refundable,
from the office of the undersigned.

Quotations shall be furnished in the sealed envelope addressed to the undersigned marked
“TENDER NO” indicating due date of tender. Earnest money @ 2% of the quoted value in the form of
bank draft must accompany the tender failing which the tender is liable to be rejected. The validity
of rates shall not be less than 90 days from the date of opening. The procuring agency may reject all
bids or proposals at any time prior to the acceptance of a bid or proposal.

SR. PROCUREMENT OFFICER


P.O. Box 1482, Islamabad
Tel: 051-9248801-7 Ext:3631-3633
E-mail: procproc1966@gmail.com

CC:
Kindly up-load this advertisement on PPRA website
Deputy Director (M & IMP)
Fax: 051-9224823, 9219149, 9205726
Invitation for Bids

IFB No. GSD (Proc-II) / 2038 / Maintenance of Equipment / 2018

General Services Department, State Bank of Pakistan, SBP BSC (HOK) invites sealed bids from the firms
registered with tax authorities and who appear on the active taxpayers list of FBR for “Procurement
Of Services Of Firm / Company For Maintenance Of Fax Machines, Photocopiers And Multimedia
Projectors” for a period of three years.

Bidding documents containing detailed terms & conditions are available for the interested bidders
from the address given below on submission of a written application and upon payment of a
nonrefundable fee of Rs.1,000/- (Rupees one thousand only) through Bank Draft/Pay Order drawn
in favor of SBP BSC.

The bids prepared in accordance with the instructions contained in the bidding documents, must
reach at office of the undersigned on or before August 15, 2018 at 11:00 am. Bids will be opened the
same day at 11:30 am at Learning Resource Centre, State Bank of Pakistan, I.I Chundrigar Road,
Karachi. This IFB is available on the websites: www.sbp.org.pk & www.ppra.org.pk.

Joint Director
Procurement Division-II, General Services Department
State Bank of Pakistan, Banking Services Corporation
4th Floor, BSC House, I. I. Chundrigar Road, Karachi
Tel: 021-3311-5420 / 3311-5484
Email: gsd.proc2@sbp.org.pk
STATE BANK OF PAKISTAN

SBP BANKING SERVICES CORPORATION (BANK) ISLAMABAD

Ref. No. IBD/ENGG/2628/2018 Dated: 24-07-2018

INVITATION TO BID

SERVICES FOR OPERATION AND MAINTENANCE OF AIR CONDITIONING EQUIPMENT AT


STATE BANK OF PAKISTAN BANKING SERVICES CORPORATION ISLAMABAD

State Bank of Pakistan Banking Services Corporation Islamabad invites sealed bids from the
Contractors, registered with Income Tax Department, who are on active taxpayers list of the Federal
Board of Revenue for subject Services at State Bank of Pakistan, SBP BSC premises located at
Islamabad.
2. Bidding documents, containing detailed terms and conditions, method of procurement, procedure
for submission of bids, bid security, bid validity, opening of bid, evaluation criteria, clarification /
rejection of bids, performance guarantee etc. are available for the interested bidders at the office of
the Chief Manager Islamabad Office Ph. No: 051-9078303 at SBP BSC (Bank), Islamabad. Price of the
bidding documents is Rs. 1000/- in the form of Pay order (Non-Refundable) in favor of State Bank
of Pakistan Banking Services Corporation.

3. The bids, prepared in accordance with the instructions in the bidding documents, must be
dropped in the Tender Drop Box kept in the Office of the Chief Manager SBP BSC Islamabad on or
before 15-08-2018 till 11:00 AM. Bids will be opened on the same day at 11:30 AM. This
advertisement is also available on PPRA and State Bank of Pakistan websites www.ppra.org.pk &
www.sbp.org.pk

-Sd/-

Chief Manager
SBP BSC Islamabad
Phone No: 051-9078303
Fax No: 051 9204991

You might also like